Sie sind auf Seite 1von 180

Volume 32, Issue 19, May 9, 2012

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 32, Issue 19, May 9, 2012

DESIGNER SERVICES
Request for Proposals 1

GENERAL CONTRACTS
Invitation to Bid 8 93 106

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

117 122

MISCELLANEOUS
Groundwater Discharge Permit 125

LIST OF DEBARRED CONTRACTORS


DCAM Attorney General 128 129 131

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST LIST OF DECERTIFIED CONTRACTORS


DCAM

132 136 141

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: 2013 FAX: 617-918-6220 EMAIL: James.Sorrentino.bra@cityofboston.gov

1272B Set Fee $500,000

Boston, City of Economic Development Industrial Corporation (EDIC) 22 Drydock Ave. 2nd Floor Boston, MA 02201
CONTACT INFORMATION: James Sorrentino CONTRACT INFORMATION: PROJECT: SCOPE: PHONE: 617-918-6203

EDIC is seeking proposals for the performance of engineering related services for the Boiler Plant Replacement Project at 12 Channel St. in the Boston Marine Industrial Park. Replace the outdated/dysfunctional heating plant equipment with a new state-of-the-art system at 12 Channel St. in the Boston Marine Industrial Park. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 6/19/12 @ 12:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 5/5/12 at the above agency address.

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

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

12-206-008 $200,00

Boston, City of Water and Sewer Commission 980 Harrison Ave. Boston, MA 02119
CONTACT INFORMATION: John P. Sullivan CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Planner Space Planner Programmer Professional Traffic Management Design Services.

DEADLINE FOR APPLICATION FORM: 6/6/12 @ 12:00 P.M. Project Manager

Traffic Management Design Services 5/9/12.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION All questions are due by 5/24/12 at 4:00 P.M.

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: 3 - Years Negotiated $7 Million

Bourne, Town of 24 Perry Ave. Buzzards Bay, MA 02532

CONTACT INFORMATION: Thomas M. Guerino, Town Administrator CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 508-759-0600 ext. 503 EMAIL:

FAX: 508-759-0620

RFQ for Engineering Services for the Proposed New Bourne Department of Public Works Facility. The goal is to present the full Design Costs and Construction Costs to the Special Fall 2012 Town Meeting for design and construction funding. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 5/23/12 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 4/30/12 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: 508-427-9111 EMAIL: FAX:

044057 Set Fee $148,000 $1,300,000

Brockton, City of Housing Authority P.O. Box 7070 45 Goddard Rd. Brockton, MA 02303-7070
CONTACT INFORMATION: Frank HInds CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 5/9/12 at the above agency address. Landscape Architect Land Surveyor Planner Space Planner Programmer

Provide professional design and construction administration services for renovations to kitchens and bathrooms at ten buildings at the Washburn Heights 200-2 development in Brockton. There is a total 50 family units at this site.

DEADLINE FOR APPLICATION FORM: 5/23/12 @ 2:00 P.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

CR-1

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

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 7/15/12 PHONE: 508-867-2930 ext. 10 FAX: 508-867-5091 EMAIL: dneylon@brookfieldma.us Negotiated

Brookfield, Town of Board of Selectmen 6 Central St. Brookfield, MA 01506


CONTACT INFORMATION: Donna L. Neylon, Admin. Asst CONTRACT INFORMATION: PROJECT:

SCOPE:

Request for Proposals for Saw Mill Pond Dam Phase II Repairs: Engineer selection for Phase II Inspection and Investigation to evaluate the structural integrity and spillway hydraulic adequacy of the dam and develop/implement a plan to bring the dam into compliance with Mass ODS regulations by adequately repairing, breaching or removing the dam. Provide conceptual drawings, specifications and cost estimates in sufficient detail to document the work to be performed. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 5/30/12 @ 1:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

5/8/12 online at www.brookfieldma.us at the top of the page.

(Mandatory): 5/23/12 at 10:00 A.M.

ADDITIONAL INFORMATION This is a two-envelope bid process. Envelope 2 will have cost figures and will only be opened following interview and choice of successful bidder. No hard copies of the RFP will be available.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: TBD PHONE: 617-730-2100 FAX: 617-739-7542 EMAIL: tguigli@brooklinema.gov Negotiated $650,000

Brookline, Town of Building Department 333 Washington St. 3rd Floor Brookline, MA 02445
CONTACT INFORMATION: Anthony Guigli CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 5/9/12 Landscape Architect Land Surveyor Planner Space Planner Programmer

Design and Construction Administration for Structural Improvements to Brookline Fire Stations.

DEADLINE FOR APPLICATION FORM: 5/30/12 @ 2:00 P.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

5/22/12 at 9:00 A.M. at Fire Station #1, 140 Washington St., Brookline.

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: 6 - Months

13-06 Negotiated

Lexington, Town of 1625 Massachusetts Ave. Lexington, MA 02420

CONTACT INFORMATION: Patrick Goddard CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE:

FAX: EMAIL: pgoddard@lexingtonma.gov

Cary Memorial Building Renovation, Phase 1. A building evaluation was completed by Mills Whitaker Architects, LLC in June 2011. Phase 1 is to expand on the evaluation with schematic level designs to further define the recommended scope of work. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 5/24/12 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

By contacting Laurie Lucibello at llucibello@lexingtonma.gov.

5/16/12 at 11:30 A.M,

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 1 - Year PHONE: FAX: EMAIL: jromano@lhma.org

RFQ 2012-3 Negotiated

Lowell, City of Housing Authority 350 Moody St. Lowell, MA 01853


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

The Lowell Housing Authority, the awarding agency, is seeking qualifications for architectural and design services to serve as House Doctor for a one-year period as specified in the RFQ.

DEADLINE FOR APPLICATION FORM: 5/23/12 @ 2:00 P.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

5/9/12 at the above agency address, Monday - Friday, 9:00 A.M. - 4:00 P.M. or online at www.lowellhousingauthority.org.

ADDITIONAL INFORMATION Contact Judith Beilen, Chief Procurement Officer at 978-364-5301 with any questions related to the RFQ.

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: 1 - Year Negotiated $11.2 Million

Westborough, Town of 34 West Main St. Westborough, MA 01581

CONTACT INFORMATION: James Malloy CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PHONE: 508-366-3030

FAX: 508-366-3099 EMAIL: jmalloy@town.westborough.ma.us

OPM Services for design and bidding of renovations to the Westborough Town Hall, Forbes Municipal Building and a new Recreation Center and the design, bidding and construction of a new Fire Station.

DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 5/24/12 @ 10:00 A.M.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION The total estimated construction is $30 million, however only the design/bidding has been approved by Town Meeting for the Town Hall, Forbes Municipal Building and Recreation Center. Construction costs have been approved for the Fire Station project, subject to a Proposition 2 debt exclusion on 5/15/12.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 6/30/13 PHONE: 781-721-7133 FAX: 781-756-0505 EMAIL: ptassi@winchester.us Negotiated

Winchester, Town of Office of the Town Manager 71 Mt Vernon St. Winchester, MA 01890
CONTACT INFORMATION: Pat Tassi CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Planner Space Planner Programmer

Project Management Services: Provide Construction Project Management services to the Town of Winchester for a period of one year.

DEADLINE FOR APPLICATION FORM: 5/23/12 @ 12:00 P.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

5/9/12 at the above agency address or by fax request (including all contact information)

ADDITIONAL INFORMATION Contractor must be familiar with all bidding/procurement laws and must be MCPPO Certified.

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: 978-249-2400

RFS for OPM Services Negotiated $25 Million - $40 Million

Athol-Royalston Regional School District P.O. Box 968 1062 Pleasant St. Athol, MA 01331
CONTACT INFORMATION: Mary Jane Handy CONTRACT INFORMATION: PROJECT: SCOPE:

FAX: 978-249-2402 EMAIL: mhandy@arrsd.org

Project Manager to provide project management services for the design, construction, addition to and/or renovation of the Riverbend Elementary School. Phase 1 Feasibility Study-Schematic Design: Initial contract for OPM services for the feasibility study through schematic design phase relating to the construction, addition to and/or renovation of the Riverbend Elementary School in Athol. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 5/23/12 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

5/9/12 from Mary Jane Handy, Business Manager at the above agency address.

5/16/12 at 3:30 P.M. in the front foyer of the Riverbend Elementary School, 174 Riverbend St., Athol.

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 12 - Months Negotiated $600,000

Old Colony Planning Council 70 School St. Brockton, MA 02301

CONTACT INFORMATION: Pasquale Ciaramella, Executive Director CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 508-583-1833

FAX: 508-559-8768 EMAIL: pciaramella@ocpcrpa.org

Design services for exterior renovation/repair of the OCPC building at 70 School St., Brockton. Preliminary design, construction documents, project administration. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 6/6/12 @ 4:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 5/23/12 at 2:00 P.M. at the above agency address.

ADDITIONAL INFORMATION The Building is on the National Register of Historic Places and subject to a Preservation Restriction Agreement with the Massachusetts Historical Commission. The Procurement is being conducted in accordance with M.G.L. c. 7, 38A-O.

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:

201204SBRS $1,500,000.00

Transportation, Department of (MassDOT) 10 Park Plaza Boston, MA 02116

CONTACT INFORMATION: Brian Clang, P.E., Bridge Inspection Engineer CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 617-973-7763

FAX: 617-973-7990 EMAIL: Brian.Clang@state.ma.us

Provide Professional Engineering services for performing bridge ratings on MassDOT and Municipally owned structures to determine their load carrying capacity. MassDOT anticipates that the work load for the multiple contracts will consist of each Consultant firm submitting one rating report a week for the duration of the contract. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 6/14/12 @ 3:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

Online at www.comm-pass.com (Document ID #201204SBRS).

ADDITIONAL INFORMATION MassDOT reserves the right to increase or decrease the workload, depending on the needs of MassDOT. Written Inquiries Due by 5/17/12 at 3:00 P.M.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: Construction Completion 7/1/14

UMBA 12-A2 Negotiated $19 Million

University of Massachusetts Building Authority 225 Franklin St. 12th Floor Boston, MA 02110

CONTACT INFORMATION: Mr. Robin A. Collins CONTRACT INFORMATION: PROJECT: SCOPE: Champions Center at UMass Amherst.

PHONE: 781-519-1074

FAX: 781-7941405 EMAIL: rcollins@pmaconsultants.com

The Project consists of designing a new Champions Center varsity basketball practice facility, related infrastructure and landscape improvements at UMass Amherst. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 6/5/12 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Geotechnical Engineer 5/9/12 online at www.pmaconsultants.com/umass.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 5/16/12

ADDITIONAL INFORMATION Proposals must be submitted to the above agency address, Attn.: Katherine P. Craven, Executive Director.

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

Amherst, Town of Public Works Department 586 South Pleasant St. Amherst, MA 01002
PROJECT: Main St. Infrastructure and Barrier Removal. CONTACT INFORMATION Guilford Mooring PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB #DPW12-112

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

PHONE: 413-259-3050 ext. 0

FAX: 413-259-2414 EMAIL: mccarthyc@amherstma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Amherst, Town of Public Works Department 586 South Pleasant St. Amherst, MA 01002
PROJECT: Sandblast and Paint Wastewater Equipment. CONTACT INFORMATION Guilford Mooring PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB #DPW12-113

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

PHONE: 413-259-3050 ext. 0

FAX: 413-259-2414 EMAIL: mccarthyc@amherstma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:30 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

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

PROJECT NUMBER: ESTIMATED COST:

Request No. WR001/05-12/185 $24,000.00

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

PROJECT: Door Replacements for Wood Hill Middle/High Plain Elementary Schools, Andover. The work consists of removal and replacement of three sets of double doors. Contractor must tie existing through wall flashing into new door frames. CONTACT INFORMATION Elaine M. Shola, Purchasing Agent PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 9:00 A.M.
(place, date and time)

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)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-proposal meeting/work site visit: 5/15/12 at 9:00 A.M. at the Loading Dock at the back of the Wood Hill Middle School, 11 Cross St., Andover.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Athol, Town of Department of Public Works 584 Main St. Room 24 Athol, MA 01331
PROJECT: Road Reclamation for Resurfacing and Related Work. CONTACT INFORMATION Douglas A. Walsh, Superintendent of Public Works PLANS/SPECIFICATIONS AVAILABLE 5/9/12 at 8:30 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-21

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

PHONE: 978-249-4542

FAX: 978-249-3058 EMAIL: supt@townofathol.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 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

Athol, Town of Department of Public Works 584 Main St. Room 24 Athol, MA 01331
PROJECT: Bituminous Concrete Type I-1 Paving, Resurfacing and Related Work. CONTACT INFORMATION Douglas A. Walsh
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-22 $700,000 Department of Highway

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

PHONE: 978-249-4542

FAX: 978-249-3058 EMAIL: supt@townofathol.org

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

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Attleboro, City of Housing Authority 80 South Ave. Attleboro, MA 02703

***RE-BID***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

016094 $156,000 DCAM Certificate

PROJECT: Modified bitumen roof replacement and new aluminum parapet coping cap trim on a five-story apartment building. CONTACT INFORMATION John Zambarano, Executive Director PHONE: 508-222-0151

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

FAX: 508-222-4389 EMAIL: jz@attleborohousing.org

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

10

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Attleboro, City of Public Schools 100 Rathbun Willard Drive Attleboro, MA 02703

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Service the Swimming Pool at the Attleboro High School. Shut down and isolate filtration system. Drain pool, removal of two existing main drains, pipe scale cleaning and relining. Install two new main drains with approved VGB covers, re-tile around new drains. CONTACT INFORMATION Jeffrey Brousseau PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PHONE: 508-226-1169

FAX: EMAIL: ralves@attleboroschools.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/15/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory site visit: 6/5/12. Only those contractors attending this meeting will be qualified to submit a quotation.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

***RE-BID***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

020047 $60,000

PROJECT: Replacement of existing metal and wood railings with new metal railings at two occupied residential buildings at (667-2) 32/54 Sea St. Extension, Hyannis Elderly Housing. CONTACT INFORMATION Sandee Perry, Executive Director
(place, date and time)

PHONE: 508-771-7222

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. 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)

5/30/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/23/12 at 10:00 A.M. at 32/54 Sea St. Extension, Hyannis.

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

Barnstable, Town of 230 South St. Hyannis, MA 02601

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$50,000

PROJECT: On call painting contractor for the Barnstable School Department. One Year contract commencing 7/1/12 with one optional year. CONTACT INFORMATION Johanna Boucher PLANS/SPECIFICATIONS AVAILABLE Online at www.town.barnstable.ma.us.
(place, date and time)

PHONE: 508-862-4741

FAX: 508-862-4717 EMAIL: johanna.boucher@town.barnstable.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 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: Stormwater Mitigation at Various Locations. CONTACT INFORMATION Denise Geoffrion
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

08-000-12-003 $456,000.00

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

PHONE: 508-790-6400 ext. 4935

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

PLANS/SPECIFICATIONS AVAILABLE On the Town of Barnstable website at www.town.barnstable.ma.us, 5/9/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/16/12 at 2:00 P.M. in the DPW Conference Room at the above agency address.

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

Bellingham, Town of Department of Public Works 26 Blackstone St. Bellingham, MA 02019-1602

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$45,000

PROJECT: Furnish Wetwell Sewage Grinders: Furnish and Deliver Only. No Installation of manhole wall mounted Sewage Grinders for Benelli St. and Douglas Drive sewer pumping station wetwells. CONTACT INFORMATION Donald DiMartino PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/1/12 at 12:00 P.M.
(place, date and time)

PHONE: 508-966-5813

FAX: 5 EMAIL: ddimartino@bellinghamma.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Bernardston, Town of Board of Selectmen P.O. Box 504 35 Church St. Bernardston, MA 01337
PROJECT: School Road Reconstruction and Drainage Improvements. CONTACT INFORMATION Margo Campbell PHONE: 413-584-4776

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

195111862 $350,000 Department of Highway

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

FAX: 413-584-3157 EMAIL: margo.campbell@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 136 West St. Suite 203, Northampton, MA 01060, 5/9/12, 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)

5/30/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/21/12 at 11:00 A.M. at the site. Plan deposit is $50, shipping fee is $25, both payable to Stantec. Contractor must be prequalified for MassDOT classification Highway-Construction.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $425,000 DCAM Certificate

PROJECT: Boiler Room Renovations at the Hajjar Elementary School. DCAM Certification: Mechanical or HVAC. CONTACT INFORMATION Kenneth Beck
(place, date and time)

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

PHONE: 978-486-4301 ext. 3

FAX: 978-486-0067 EMAIL: kbeck@blwengineers.com

PLANS/SPECIFICATIONS AVAILABLE B.L.W. Engineers, Inc., 311 Great Rd., Littleton, MA 01460, 5/9/12, 9:00 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 5/16/12 at 2:00 P.M. at the Hajjar Elementary School, 59 Rodgers St., Billerica, at which time the job site shall be made available for inspection. Copies of the Form for General Bid are available at no cost. Bid documents are available upon deposit of $50.00 per set in the form of a check, payable to the Town of Billerica. Bidders requesting Contract Documents to be mailed must send a separate check for $50.00 per set, payable to BLW Engineers, Inc., to cover mailing and handling costs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-04 PCMD $100,000 (Minimum) DCAM Certificate

PROJECT: Fire Alarm and Life Safety Systems at Boston City Hall and Various City of Boston Locations. The scope includes the inspection, testing and maintenance of the entire fire alarm system, including the firefighter's telephones, wet pipe sprinkler systems, preaction sprinkler system. 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 Above agency address, 5/7/12. 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)

5/24/12 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

6/7/12 @ 12:00 P.M.

SUB BID CATEGORIES: Fire Protection ADDITIONAL INFORMATION DCAM Certification Category: Alarm Systems.

14

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $6,000,000 DCAM Certificate

PROJECT: Preventative Maintenance of Electrical Equipment at Various Boston Public Schools for a three-year contract period (7/1/12 - 6/30/15). CONTACT INFORMATION Laura Junior PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 12:00 P.M.
(place, date and time)

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

PHONE: 617-635-9125

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

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

PROJECT: New Doors and Hardware at the Edison School, 60 Glenmont Rd., Brighton, includes, but not limited to, new metal doors, frames hardware and painting. CONTACT INFORMATION Laura Junior
(place, date and time)

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

PHONE: 617-635-9125

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/10/12 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

15

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Boston, City of Public Schools Office of Facilities Management 26 Court St. 2nd Floor Boston, MA 02108
PROJECT: Heating System Upgrade at the James Otis School, 218 Marion St., East Boston. CONTACT INFORMATION Laura Junior
(place, date and time)

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

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

PHONE: 617-635-9125

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/10/12 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Public Works Department, Contract Office One City Hall Square Room 715 Boston, MA 02201

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Furnishing Emergency Repairs to Underground Traffic Signal Infrastructure City-wide for a period of Three Years (7/1/12 - 6/30/15) as needed. CONTACT INFORMATION Marie Munoz PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/14/12.
(place, date and time)

PHONE: 617-635-4913 EMAIL:

FAX: 617-635-2403

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION $5.00 non-refundable fee for plans.

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

Boston, City of Housing Authority Procurement Department 52 Chauncy St. 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BHA 0831-01 $18,000

PROJECT: Repair of chain link fence system at the Faneuil Development in Brighton. Time for Completion is Four Weeks (28 Calendar Days) from Notice to Proceed. CONTACT INFORMATION Procurement Department
(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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request, 4/30/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 5/14/12 at 9:00 A.M. at Faneuil Gardens, 266 North Beacon St., Brighton. Bid documents available by email at no charge.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Housing Authority Procurement Department 52 Chauncy St. 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BHA 0830-01 $24,000

PROJECT: The Boston Housing Authority is seeking the services of qualified contractors for Sewer Line Repairs at the Faneuil Development in Brighton. Time for Completion is One Week (7 Calendar Days) from Notice to Proceed. CONTACT INFORMATION Procurement Department
(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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to bids@bostonhousing.org, 4/30/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 5/15/12 at 9:00 A.M. at Faneuil Gardens, 266 North Beacon St., Brighton. Bid documents are available by email at no charge.

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

Boston, City of Housing Authority Procurement Department 52 Chauncy St. 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BHA 0838-01 $23,911

PROJECT: Hallway Painting and Vinyl Floor tile replacement at the Fairmount Housing Development in Hyde Park (Boston). CONTACT INFORMATION Procurement Department PHONE: 617-988-4041

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

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to bids@bostonhousing.org (include complete contact information in the request), 5/3/12 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 5/15/12 at 9:00 A.M. at 43 Bow St., Hyde Park. Bid documents are available by email request at no charge.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Housing Authority Procurement Department 52 Chauncy St. 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BHA 0836-01 $15,000

PROJECT: The Boston Housing Authority is seeking the services and bids of qualified contractors to provide removal and installation of 14 boiler sections (Model #V1114) at 280 Martin Luther King Boulevard, an Elderly and Disabled development in Roxbury. CONTACT INFORMATION Procurement Department PHONE: 617-988-4041 FAX: 617-988-4240 EMAIL: bids@bostonhousing.org

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

PLANS/SPECIFICATIONS AVAILABLE By email request to bids@bostonhousing.org (include complete contact information in the request), 5/4/12 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 5/17/12 at 10:00 A.M. at 280 Martin King Jr. Boulevard, Roxbury. Bid documents are available at no charge by email request.

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

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

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

PROJECT: Renovations to the Emerson School, 6 Shirley St., Roxbury, includes, but is not limited to, the replacement of exterior and interior doors, painting, signage toilet partitions and masonry hardware and plumbing, including all incidental work required to produce a complete and finished project in accordance to the plans and specifications. CONTACT INFORMATION Laura Junior
(place, date and time)

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

PHONE: 617-635-9125

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/15/12 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/30/12 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: Painting; Resinous Flooring ADDITIONAL INFORMATION The building will be open for bidders to view on 5/24/12, 9:00 A.M. - 11:00 A.M. and 5/31/12, 9:00 A.M. - 11:00 A.M. Access will not be available at any other time.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Public Health Commission Property Management/Long Island Campus Administration Building 1 Moon Island Rd. Boston, MA 02171
PROJECT: Install and supply a reflected ceiling tile system for an area of 3,000 square feet. CONTACT INFORMATION Belkis L. Roman PLANS/SPECIFICATIONS AVAILABLE By email request to broman@bphc.org, 5/9/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

NWS-180-12 $ 14,000.00

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

PHONE: 617-534-2716

FAX: 617-288-2273 EMAIL: broman@bphc.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/16/12 at 10:00 A.M. at 725 Massachusetts Ave., Boston.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $110,000.00 DCAM Certificate

PROJECT: Interior Painting at Boston Latin Academy: Prepare and apply painters finish to previously painted surfaces and perform related work throughout the building as specified and noted on the work schedules including not limited to shade installations and white board painting and installations. CONTACT INFORMATION Laura Junior
(place, date and time)

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

PHONE: 617-635-9125

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/16/12 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $375,000.00 DCAM Certificate

PROJECT: Testing and Repairing Sprinkler Systems in Various Boston Public Schools for a three-year contract period (7/1/12 - 6/30/15). CONTACT INFORMATION Laura Junior
(place, date and time)

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

PHONE: 617-635-9125

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/15/12 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Boxford, Town of Public Schools 28 Middleton Rd. Boxford, MA 01921

***RE-BID*** ***SUB-BIDS ONLY***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: DCAM Certificate

PROJECT: Spofford Pond School Water Treatment Plant Upgrades, Phase II. Category of Certification: Sewage and Water Treatment Plants. Re-bid for HVAC and Plumbing only. CONTACT INFORMATION Andrea David PHONE: 978-532-1900 FAX: 978-977-0100 EMAIL: davida@wseinc.com

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

PLANS/SPECIFICATIONS AVAILABLE Weston & Sampson Engineers, Inc., 5 Centennial Drive, Peabody, MA 01960, 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)

5/24/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 2:00 P.M.

SUB BID CATEGORIES: HVAC; Plumbing ADDITIONAL INFORMATION $50 refundable plan deposit, $25 non-refundable mailing fee, in the form of checks, payable to Weston & Sampson.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

24-7 Caffrey Towers $390,000 - $410,000 DCAM Certificate

PROJECT: Kitchen, Bathroom and General Apartment Renovations in Eight Apartments (Converting Seven to Accessible Units and One Non-Accessible). Units are located in the "B" Building. The project also includes the regrading, repaving and reconfiguration of the main parking lot to provide new compliant accessible parking spaces and accessible route to the building entrances. CONTACT INFORMATION Frank L. Hinds/Nancy Macedo PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 10:00 A.M.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

5/25/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

6/4/12 @ 2:00 P.M.

SUB BID CATEGORIES: Section 09300;Ceramic Tile, Section 08500;Resilient Floors, Section 09900;Painting, Section 15301;Fire Protection, Section 15401;Plumbing, Section 16001; Electrical ADDITIONAL INFORMATION Pre-Bid walk-through: 5/15/12 at 12:00 P.M. at Caffrey Towers, 755 Crescent St., Brockton. Bids are subject to MGL c. 149, 44A - J and to minimum wage rates as required by General Wage Decision No. MA20100012. Plan Deposit is $40.00 per set in the form of a Cashier's or Certified Check or Money Order (no company checks), payable to the Brockton Housing Authority, refundable if plans are returned in good order. A separate check for $30.00 (non-refundable) is required to cover mailing and handling costs.

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

Brookline Town of Department of Public Works - Engineering 333 Washington St. Brookline, MA 02445

PROJECT NUMBER: ESTIMATED COST:

PW/12-33 Runkle Intersections $320,000

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

PROJECT: Runkle School Intersection Improvements: Curb; concrete walkways; drainage; traffic markings; HMA. CONTACT INFORMATION Dan Martin PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/14/12.
(place, date and time)

PHONE: 617-730-2695

FAX: 617-264-6450 EMAIL: dmartin@brooklinema.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 5/21/12 at 11:00 A.M. in the 4th Floor Conference Room at the above agency address. NonRefundable Fee of $50 required for plans and specs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Burlington, Town of Engineering Division 25 Center St. Burlington, MA 01803

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

TL-12-1148 $25,000

PROJECT: Project consists of the maintenance, repair and/or upgrades/construction of the Town-owned traffic signals. CONTACT INFORMATION Brian White
(place, date and time)

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

PHONE: 781-270-1640

FAX: EMAIL: bwhite@burlmass.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.burlington.org, 5/9/12 at 8:30 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #1 $525,000 Department of Highway

PROJECT: Bituminous Concrete and Adjustment of Castings. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #2 $16,000.00

PROJECT: Crack Sealing. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

23

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #3

PROJECT: Catch Basin Cleaning. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #4 $20,000.00

PROJECT: Traffic Markings. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford, Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #6 $11,000.00

PROJECT: Bituminous Concrete Excavation by Cold Planer. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #7 $12,000.00

PROJECT: In-Place Recycling of Bituminous Concrete Surface. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.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

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #10 $42,000.00

PROJECT: Highway Guard, Fences and Walls, Highway Guardrail. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #5

PROJECT: Aggregate. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #9 $10,000.00

PROJECT: Remove and Reset Granite Curb. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chelmsford, Town of 50 Billerica Rd. Chelmsford, MA 01863

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid Item #8 $24,000.00

PROJECT: Vertical Granite Curbing. CONTACT INFORMATION John Long, Highway Superintendent PHONE: 978-250-5270

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

FAX: 978-251-3935 EMAIL: jdean@townofchelmsford.us

PLANS/SPECIFICATIONS AVAILABLE Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to jdean@townofchelmsford.us, 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 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

Danvers, Town of One Sylvan St. Danvers, MA 01923

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-39 $50,000

PROJECT: Furnishing and Installation of Fence, Gates and Appurtenances. CONTACT INFORMATION Judy Smith PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 11:00 A.M.
(place, date and time)

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

PHONE: 978-777-0001

FAX: 978-777-1025 EMAIL: jsmith@mail.danvers-ma.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Danvers, Town of One Sylvan St. Danvers, MA 01923

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-41 $50,000

PROJECT: Disposal of surplus earthwork materials: Materials will be delivered to the disposal site by Danvers Department of Public Works trucks or designated contractor. CONTACT INFORMATION Judy Smith PLANS/SPECIFICATIONS AVAILABLE 5/9/12 at 11:00 A.M.
(place, date and time)

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

PHONE: 978-777-0001

FAX: 978-777-1025 EMAIL: jsmith@mail.danvers-ma.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Dartmouth, Town of Board of Public Works Department of Public Works 759 Russells Mills Rd. Dartmouth, MA 02748
PROJECT: Repair of the 3.0 MG Prestressed Concrete Water Storage Tank. CONTACT INFORMATION Davod T. Hickox, P.E., Director
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$110,000

PHONE: 508-999-0740

FAX: 508-999-0762 EMAIL: dhickox@town.dartmouth.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12, 7:00 A.M. - 3:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/6/12 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid Meeting: 5/16/12 at 10:00 A.M. Please see Technical Specifications Section 1.2B "Prequalification" for more details.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Duxbury, Town of School Committee 130 St. George St. Duxbury, MA 02332

PROJECT NUMBER: ESTIMATED COST:

MSBA ID W201000820505 $100,000 DCAM Certificate

CONTRACTOR QUALIFICATION:

PROJECT: Duxbury Model Middle/High School Request for Qualifications for Trade Contractors, Construction Manager at Risk pursuant to M.G.L. c. 149A, 8 for the following trades: Plumbing and Electrical. Site enabling work consisting of relocation of water service line to existing building and construction trailer electrical service, cut and make safe site lighting in footprint of new building. CONTACT INFORMATION Dave Lewek, KVAssociates, Inc.
(place, date and time)

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

PHONE: 781-829-8768

FAX: 617-426-1215 EMAIL: djlewek@kvaboston.com

PLANS/SPECIFICATIONS AVAILABLE Online at www.Projectdog.com (Project code 794801), 978-499-9014, 5/9/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/23/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: Plumbing and Electrical ADDITIONAL INFORMATION (Attn.: Susan Nauman, Business Manager.)

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

Easton, Town of Department of Public Works 130 Center St. North Easton, MA 02356
PROJECT: Modular Salt Storage Building. CONTACT INFORMATION David Field
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DPW 2012-17 $230,000 DCAM Certificate

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

PHONE: 508-230-0800

FAX: 508-238-0803 EMAIL: dfield@easton.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.easton.ma.us, 5/10/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/7/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION There is no fee for documents downloaded at www.easton.ma.us.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Everett, City of 484 Broadway Everett, MA 02149

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Replacement of 16 waterless urinals at Everett High School, 100 Elm St., Everett. CONTACT INFORMATION Lara Wehbe PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PHONE: 617-394-2290

FAX: EMAIL: lara.wehbe@ci.everett.ma.us

Everett School Department, 121 Vine St., Everett, MA 02149 or by email request to lara.wehbe@ci.everett.ma.us.

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/6/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/23/12 at 3:00 P.M. at Everett High School, 100 Elm St., Everett.

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

Everett, City of 484 Broadway Everett, MA 02149

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Norman St, and Air Force Rd. Removal and Replacement of Fence. CONTACT INFORMATION Lara Wehbe PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PHONE: 617-394-2288

FAX: EMAIL: lara.wehbe@ci.everett.ma.us

By email request to lara.wehbe@ci.everett.ma.us.

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Everett, City of 484 Broadway Everett, MA 02149

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Interior Painting of the English School. CONTACT INFORMATION Lara Wehbe PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PHONE: 617-394-2288

FAX: EMAIL: lara.wehbe@ci.everett.ma.us

Everett School Department Office, 121 Vine St., Everett, MA 02149 or by email request to lara.wehbe@ci.everett.ma.us.

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/6/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/30/12 at 3:00 P.M. at the English School, 105 Woodville St., Everett.

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

Fairhaven, Town of 40 Center St. Fairhaven, MA 02719

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $20,000,000 DCAM Certificate

PROJECT: Pre-Qualified Bidders only (except the Elevators sub-trade): The Fairhaven New Elementary School building will be two stories in height and approximately 78,000 GSF. CONTACT INFORMATION Sidni Bragg PHONE: 617-451-2717 FAX: 617-451-2679 EMAIL: sbragg@dpi-boston.com

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

PLANS/SPECIFICATIONS AVAILABLE Service Point, 5 Commonwealth Ave., Woburn, MA 01801, 781-497-7750 or email woburn2@servicepointusa.com, 5/7/12 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/30/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

6/8/12 @ 2:00 P.M.

SUB BID CATEGORIES: Masonry; Misc. Metals; Waterprfing, Dampprfing, Caulking; Roofing & Flashing; Metal Windows; Glass & Glazing; Tile; Acoustical Tile; Resilient Floors; Elevators; Painting; Plumbing; HVAC; Electrical ADDITIONAL INFORMATION Pre-bid conference: 5/14/12 at 2:30 P.M. at 60 Sconticut Neck Rd., Fairhaven. All General Contractors and Subbidders must be Pre-qualified, except Elevators. The Elevators subtrade is open for public bid.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Framingham, Town of Housing Authority (FHA) 1 John J. Brady Drive Framingham, MA 01702
PROJECT: One-year contract for plastering and repairs in all FHA developments. CONTACT INFORMATION Paul Landers PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 8:30 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$25,000

PHONE: 508-879-7562

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contract award will be based on square foot prices for items listed in the specs. Specs are available free of charge.

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

Franklin, Town of Purchasing Department Municipal Building 355 East Central St. Franklin, MA 02038

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-14 $90,000

PROJECT: Three Year On-Call Refrigeration Equipment Repairs/Maintenance Services for Town/Schools Food Services, 7/1/12 - 6/30/15. CONTACT INFORMATION Norma Collins, CPO PHONE: 508-520-4918 EMAIL: ncollins@franklin.ma.us

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

FAX: 508-541-5253

PLANS/SPECIFICATIONS AVAILABLE By email request to ncollins@franklin.ma.us, 5/9/12 after 11:30 A.M. IFB available Monday - Thursday only. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION There are no fees for the IFB.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Franklin, Town of Purchasing Office 355 East Central St. Franklin, MA 02038
PROJECT: Multi Year On-Call Generator Maintenance, Repairs or New, 7/1/12 - 6/30/14. CONTACT INFORMATION Norma R. Collins, CPO PHONE: 508-520-4918

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-16 $56,000

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

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

PLANS/SPECIFICATIONS AVAILABLE By email request to ncollins@franklin.ma.us, 5/9/12 at 10:30 A.M. IFB available Monday - Thursday only. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION There are no fees for the IFB.

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

Harwich, Town of Town Administrator's Office 732 Main St. Harwich, MA 02645

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: The Town of Harwich is soliciting sealed bids from interested bidders for the manufacture and delivery of 129 custom windows to replace windows in three Historic Buildings located in Harwich. CONTACT INFORMATION Robert Cafarelli PLANS/SPECIFICATIONS AVAILABLE Above agency address, 508-430-7513.
(place, date and time)

PHONE: 508-430-7508

FAX: EMAIL: rcafarelli@town.harwich.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/7/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Hatfield, Town of Secretaries' Office 59 Main St. Room 102 Hatfield, MA 01038

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

GCA-W-2012

PROJECT: The Town of Hatfield seeks sealed bids for Replacement Windows/Casements at Town Hall. CONTACT INFORMATION Paul Boudreau
(place, date and time)

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

PHONE: 413-247-0481

FAX: 413-247-5029 EMAIL: townadministrator@townofhatfield.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.townofhatfield.org. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 4:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids must be mailed and received no later than the deadline 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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Quote 043012 $20,000

PROJECT: Repair Roof at the Wood School Day Care Center. 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, 4/30/12 at 11:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 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.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Quote 050212 $15,000

PROJECT: Repair Police Station roof and wall leaks. 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, 5/2/12 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 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.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB049.12 - IFB053.12 $500,000

PROJECT: On Call Maintenance for the following areas: AC Chiller Repair, General Boiler and Vessel, Electrical Repairs, Elevator Services and Plumbing Services. 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, 5/4/12 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/7/12 @ 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.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Holliston, Town of Highway Department 63 Arch St. Holliston, MA 01746

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$40,000

PROJECT: Road rehabilitation hand work for various roadways. Work includes preparation and installation of bituminous concrete berm and hand work. CONTACT INFORMATION Anne Kellogg
(place, date and time)

PHONE: 508-429-0615

FAX: 508-429-0624 EMAIL: kellogga@holliston.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/10/12. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Holliston, Town of Highway Department 63 Arch St. Holliston, MA 01746

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $770,000 DCAM Cert. and Department of

PROJECT: Road rehabilitation (overlays) annual bid for various roads, includes bituminous surface course, adjust and rebuild drainage structures and installation of bituminous concrete berm. CONTACT INFORMATION Anne Kellogg
(place, date and time)

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

PHONE: 508-429-0615

FAX: 508-429-0624 EMAIL: kellogga@holliston.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/10/12. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$475,000

PROJECT: Renovations to Campagnone Common including site preparation/demolition, excavation, filling and grading, installation of prefabricated benches, trash receptacles and game tables, installation of playground equipment, granite work and landscaping. CONTACT INFORMATION Susan Fink PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/10/12 at 1:00 P.M.
(place, date and time)

PHONE: 978-620-3514

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Non-mandatory Pre-bid conference: 5/23/12 at 11:00 A.M. at the playground at Campagnone Common. Plan deposit is $25 in the form of a certified or cashiers's check or money order only.

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

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

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

PROJECT: Annual Bid for Materials and Services. The Town of Ludlow will receive bids for furnishing materials and services as needed for the yearly period of 7/1/12 - 6/30/13. CONTACT INFORMATION Paul Dzubek, Director PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/10/12.
(place, date and time)

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

PHONE: 413-583-5625

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids must be submitted addressed to Board of Public Works and marked "FY 2013 Annual Bid for Materials and Services". Bids will be received at the above agency address until the deadline, at which time they will be publicly opened in the BPW Conference Room. The Town of Ludlow reserves the right to accept or reject any or all bids and call for new bids. Contractors are required to comply with the Comm. of MA Dept of Labor and Industry Prevailing Wage Rates in accordance with M.G.L. c. 149, 26 and 27D. The Town is an Equal Opportunity/Affirmative Action Employer.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-23

PROJECT: Replacing/upgrading pumps, piping, controls, and the standby generator at the Main Lift Pump Station. The project also includes the construction of a new headworks facility at the Wastewater Treatment Facility that incorporates both screening and grit removal. Work at WWTF includes new screenings building, modification of aerated grit tank, addition of redundant aerated grit tank, installation of vactor tipping pad, construction of canopy roof and monorail system over the aerated grit tanks with a clamshell bucket for grit removal and construction of associated odor control, HVAC, electrical, yard piping and site improvements. The WWTF will remain fully operational and in compliance with the Towns NDPES Permit. CONTACT INFORMATION Karla King, Project Engineer PHONE: 857-205-4165 FAX: EMAIL: klking@tighebond.com PLANS/SPECIFICATIONS AVAILABLE Tighe & Bond, 446 Main St., Worcester, MA 01608, Monday - Friday, 8:00 A.M. - 5:00 P.M. (holidays excluded). (place, date and time)

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

6/7/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

6/21/12 @ 2:00 P.M.

SUB BID CATEGORIES: Roofing & Flashing; Electrical; Painting; HVAC; Misc. & Ornamental Iron; Masonry. ADDITIONAL INFORMATION Pre-bid conference: 5/23/12 at 10:00 A.M. at the Marshfield Wastewater Treatment Facility, Joseph Driebeek Way, Marshfield. Deposit for printed documents is $200, payable to Tighe & Bond. The PDF version of documents is free of charge. Print and CD Bidding Documents will be mailed by U.P.S. Ground for $25 (non-refundable) or planholders may provide a UPS/FedEx account number for shipping. Separate sealed Bids, with the outer envelope marked "Town of Marshfield, Main Lift Station & Headworks Upgrade, Contract No. 2012-23,CWSRF 3594" and the name and address of the bidder, will be received at the above agency address, at which time they will be publicly opened and read aloud in Hearing Room 2. All Bids for this project are subject to the provisions of M.G.L. c. 149, 44A - J. Bidding Documents are available for viewing at the above agency address, Monday - Friday, 8:00 A.M. - 4:30 P.M.

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

Marshfield, Town of Public Schools Administration Building 76 South River St. Marshfield, MA 02050

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

21336 $400,000

PROJECT: Marshfield Public Schools Boiler Room Abatement and Window Abatement at Various Schools (South River, Eames Way, Daniel Webster, Martinson Elementary School) and Town Hall. CONTACT INFORMATION Brian Adams Title: Facilities Manager PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/14/12.
(place, date and time)

PHONE: 781-834-5000

FAX: EMAIL: badams@mpsd.org Vagostino@veretxeng.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Walk-through: 5/17/12 at 10:00 A.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Maynard, Town of Department of Public Works 195 Main St. Maynard, MA 01743

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $272,000 Department of Highway

PROJECT: Sidewalk Improvement Project, consists of sidewalk improvements along portions of Great Rd., Concord St. and Waltham St. Proposed improvements at each location will include constructing granite curbing and cement concrete sidewalks or hot mix asphalt sidewalk. CONTACT INFORMATION Dorothy Portnoy PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 9:00 A.M.
(place, date and time)

(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)

5/30/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bidders must be pre-qualified through the Pre-qualification and Contracts Manager of the Massachusetts Department of Transportation, 10 Park Plaza, Boston, MA 02116.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$22,000

PROJECT: Replace Parking Lot Poles and Light Fixtures at the Quincy Mental Health Center, 460 Quincy Ave., Quincy. CONTACT INFORMATION Kris Mishra
(place, date and time)

PHONE: 617-626-8054

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 - 5/29/12, 9:00 A.M. - 3:00 P.M. and 5/30/12, 9:00 A.M. - 1:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 1:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 5/23/12 at 10:00 A.M. in the Lobby of the Quincy Mental Health Center, 460 Quincy Ave., Quincy.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Merrimac, Town of 4 School St. Merrimac, MA 01860

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

WATER 2-12 $435,000

PROJECT: Provision and installation of a new in-ground water booster pump station consisting of two 123-gpm submersible pumps in eight-inch well casings connected to suction and discharge manifolds with ductile iron pipes, valves, and appurtenances, electrical controls and panels, new masonry block building which houses controls and a new 25kW natural gas standby power generator. Site work to include removal of trees and other vegetation and provisions of a modular block retaining wall, provision of natural gas and electric service, installation of 750 feet of new eight-inch water main and appurtenances and provision of temporary water service and provision and installation of a remotely located four-inch gate valve to isolate the new pressure zone. CONTACT INFORMATION John M. Riordan PHONE: 207-347-8100 FAX: 207-347-8101 EMAIL: jriordan@sgceng.com

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Jennifer Penney or S.G.C. Engineering, LLC, 501 County Rd., Westbrook, ME 04092, Attn.: John M. Riordan, P.E., 207-347-8100. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/18/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory pre-bid conference: 6/1/12 at 10:00 A.M. at the above agency address. Copies of Contract Documents may be obtained from upon payment of a fee of $100 per set, payable to SGC Engineering, LLC, refundable to each bidder who returns the Bidding Documents in good condition within 15 days of the bid opening. Partial sets will not be distributed. All requests for mailed documents must be accompanied by an additional non-refundable fee of $25 to cover postage and handling. Documents will be sent via FedEx or UPS if bidders account number is provided, though the $25 fee will still apply. Separate checks to cover the deposit and mailing fees are requested.

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

Methuen, City of Office of the Purchasing Director Searles Building 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)

$30,000

PROJECT: Elevator repair and maintenance. Replace existing controller. Install new tape sector system. Install all new car, controller, machine room and hoisting wiring, including new traveling cables. CONTACT INFORMATION Lauri Antonacci PHONE: 978-983-8535 FAX: 978-983-8972 EMAIL: llantonacci@ci.methuen.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. Office Hours: Monday - Thursday, 8:00 A.M. - 4:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION For questions or to view the elevator at City Hall please call the Department of Public Works at 978-983-8545.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Methuen, City of Public Schools Superintendent of Schools Quinn Administration Building 90 Hampshire St. Methuen, MA 01844

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $215,000 DCAM Certificate

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

PROJECT: Partial re-roofing (rubber roof) of one school and two other schools partial re-roofing (multiply asphalt roof). CONTACT INFORMATION Lauri Antonacci
(place, date and time)

PHONE: 978-983-8535

FAX: 978-983-8972 EMAIL: llantonacci@ci.methuen.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. 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)

5/24/12 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/16/12 in front of the Timony Grammar School 45 Pleasant View St., Methuen. Bidders are required to attend the pre-bid conference in order to bid on this project.

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

Methuen, City of Public Schools Superintendent of Schools Quinn Administration Building 90 Hampshire St. Methuen, MA 01844
PROJECT: Removal of Old Carpets and cove base and new Installation of VCT Tile and Cove base. CONTACT INFORMATION Lauri Antonacci
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$65,000

PHONE: 978-983-8535

FAX: 978-983-8972 EMAIL: llantonacci@ci.methuen.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. 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)

5/30/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid Inspection: 5/17/12 at 11:00 A.M. in front of the Tenney Grammar School, 75 Pleasant St., Methuen.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Methuen, City of Public Schools Superintendent of Schools Quinn Administration Building 90 Hampshire St. Methuen, MA 01844

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$25,000

PROJECT: Removal of existing concrete stairs and granite stair treads. form and place new concrete stairs and treads, removal of ramp concrete slab and replace at miscellaneous areas of the Comprehensive Grammar School. CONTACT INFORMATION Lauri Antonacci
(place, date and time)

PHONE: 978-983-8535

FAX: 978-983-8972 EMAIL: llantonacci@ci.methuen.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. 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)

5/30/12 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid walk-through: 5/16/12 at 1:00 P.M. in front of the Comprehensive Grammar School, 100 Howe St., Methuen.

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

Methuen, Town of Public Schools Superintendent of Schools Quinn Administration Building 90 Hampshire St. Methuen, MA 01844

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$80,000

PROJECT: Proposals on the purchase, delivery and installation of playground equipment at one Grammar School. Equipment to meet or exceed guidelines for Public Safety Pub. 325 and ISO 9001 certification standards. CONTACT INFORMATION Lauri Antonacci
(place, date and time)

PHONE: 978-983-8535

FAX: 978-983-8972 EMAIL: llantonacci@ci.methuen.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. 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)

5/30/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Please contact Sandra Libby at 978-407-6307 with any questions.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Middleborough, Town of Department of Public Works 48 Wareham St. Middleborough, MA 02346


PROJECT: Wood St. Culvert Replacement and Appurtenant Work. CONTACT INFORMATION Brian P. Giovanoni, P.E.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

2012-2 $250,000

PHONE: 774-766-4166

FAX: EMAIL: bgiovanoni@giogroup.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/3/12. Office Hours: Monday - Friday, 7:00 A.M. - 3:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 5/10/12 at 10:00 A.M. at the above agency address. Plan deposit is $50 per set (refundable), payable to G.I.O. Group, Inc. Requests for documents to be mailed may be made by sending an additional check for handling, payable to G.I.O. Group, Inc., 89 Rocky Meadow St., Middleborough, MA 02346.

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

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


PROJECT: Supply and install pre-school playground structure, including borders and fiber. CONTACT INFORMATION Kathleen Piatelli PLANS/SPECIFICATIONS AVAILABLE 5/9/12 at 12:00 P.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PHONE: 508-946-2000

FAX: 508-946-2004 EMAIL: kpiatelli@middleboro,k12.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Milford, Town of Highway Department 30 Front St. Milford, MA 01757


PROJECT: FY13 Type I Bituminous Concrete, Delivered and Spread. CONTACT INFORMATION Scott J. Crisafulli, Highway Surveyor PHONE: 508-473-1274

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: 508-634-2348 EMAIL: highway@milfordma.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to highway@milfordma.com, Monday - Friday, 7:00 A.M. 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Milford, Town of Highway Department 30 Front St. Milford, MA 01757


PROJECT: FY2013 Various Road Materials and Equipment Hire. CONTACT INFORMATION Scott J. Crisafulli, Highway Surveyor PHONE: 508-473-1274

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: 508-634-2348 EMAIL: highway@milfordma.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to highway@milfordma.com, Monday - Friday, 7:00 A.M. 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Millbury, Town of Public Schools Superintendent's Office 12 Martin St. Millbury, MA 01527

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

0186-1210

PROJECT: Install new LED Lighting at Millbury High School and Millbury's Town Common including LED Lights, materials and labor. CONTACT INFORMATION Richard G. Bedard, Jr. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/7/12.
(place, date and time)

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

PHONE: 508-865-9501

FAX: 508-865-0888 EMAIL: rbedard@millburyschools.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/4/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/23/12 at 10:00 A.M. at the above agency address.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

D12-1 $325,000

PROJECT: Drainage repair and improvements, to include replacement of damaged and collapsed drainlines by open cut methods (approximately 2,000 linear feet), as well as trenchless methods including cure-in-place pipe (approximately 700 linear feet) and short liners (approximately 200 linear feet). Improvements include installation of three catch basins and associated piping, root-cutting (approximately 2,000 linear feet) and cleaning and inspecting drain pipes (3,000 linear feet). CONTACT INFORMATION Dale Horsman PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/14/12.
(place, date and time)

PHONE: 617-898-4870

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/1/12 @ 9:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Optional pre-bid meeting: 5/23/12 at 10:00 A.M. at Milton Town Hall, 525 Canton Ave., Milton. The bid opening will be held at Milton Town Hall.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Monson, Town of Cemetery Commission c/o Selectmen's Office 29 Thompson St. Monson, MA 01057

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CEM2012-01 $150,000

PROJECT: Hillside Cemetery Stonewall Repairs. Project requires extensive masonry repair and associated work to repair historic stonewall around Hillside Cemetery, which dates back to the 1800's. CONTACT INFORMATION Gretchen Neggers PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 1:00 P.M.
(place, date and time)

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

PHONE: 413-267-4100

FAX: 413-267-3726 EMAIL: townadmin@monson-ma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/7/12 @ 2:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Project is funded by Community Preservation Funds as a historic project and contractor will need to meet rigid specifications for maintenance of historic character of the stonewall.

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

Needham, Town of Department of Public Facilities Operations Public Safety Administration Building Administrative Office 500 Dedham Ave. 2nd Floor Needham, MA 02492

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

13PFO-008B $30,000

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

PROJECT: The Town of Needham invites sealed bids for Hillside Window Air Conditioner Replacement at 28 Glen Gary Rd., Needham. CONTACT INFORMATION Carys Lustig
(place, date and time)

PHONE: 781-455-7550 ext. 366

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at http://NeedhamMA.gov, 5/10/12 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-Bid conference: 5/17/12 at 3:30 P.M. at Hillside School, 28 Glen Gary Rd., Needham. The Bid is subject to the provisions of M.G.L. c. 149. A 5% bid deposit is required. There is no charge for specs. Payment Bond and Insurance Coverage are required at the time of award.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Needham, Town of Department of Public Works 500 Dedham Ave./Route l35 Needham MA 02492

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

FY12-17-01 $500,000 Department of Highway

PROJECT: Highland Ave. Water Main Replacement: Unit Price Contract Bid (see Section 3.1, Article I) to Furnish labor, materials and equipment necessary for the installation of approximately 2,000 linear feet of new eight-inch ductile iron water main, valves, hydrants and services on Highland Ave. CONTACT INFORMATION Stephen Nadeau, Contract Administrator
(place, date and time)

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

PHONE: 781-455-7550 ext. 319

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.needhamma.gov/bids.aspx, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 5/15/10 at 10:00 A.M. in the Charles River Room at the above agency address. All bidders are strongly encouraged to attend. Drawings and Contract Documents are available upon payment of $25.00 (nonrefundable) per set in the form of cash, company check, treasurers or cashiers check or money order payable to Town of Needham, MA. Shipping is not included in the $25.00 fee. Sealed General Contract Bids will be received at the above agency address until the deadline, at which time they will be publicly opened and read aloud.

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

Needham, Town of Public Works Department 500 Dedham Ave. Needham, MA 02492
PROJECT: Hauling and Disposal Services. CONTACT INFORMATION Dylan Cook PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-95-01 $40,000

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

PHONE: 781-455-7550

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION All bids must be accompanied by a bid deposit of not less than 5% of the value of the bid. 50% payment bond, 100% performance bond and insurance coverage required at time of award. Bids are subject to the provisions of M.G.L. c. 30, 39M. Prevailing wages apply. The Town, acting through its Town Manager, reserves the right to reject any or all bids if it is in the public interest to do so or to waive minor informalities.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

New Bedford, City of Housing Authority Modernization Office 725 Pleasant St. New Bedford, MA. 02740

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

NBHA 158-2012 $115,000. DCAM Certificate

PROJECT: Presidential Heights Management Office Accessibility Improvements, including small addition, chairlift, bathroom improvements. CONTACT INFORMATION Anne Shoemaker
(place, date and time)

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

PHONE: 508-997-4852 EMAIL:

FAX: 508-997-4825

PLANS/SPECIFICATIONS AVAILABLE Online at www.BiddocsOnline.com, 5/9/12 after 8:30 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/17/12 at 1:00 P.M. at 159 Fillmore St., New Bedford. Bid documents are available for viewing at the above agency address.

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

New Bedford, City of Housing Authority Office of the Procurement Agent 725 Pleasant St. New Bedford, MA 02740

PROJECT NUMBER: ESTIMATED COST:

12-119 Security Systems Maint. $49,000/Year

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

PROJECT: Provide Enhanced Security Systems Service and Maintenance at various State and Federally aided public housing developments owned and operated by the New Bedford Housing Authority in New Bedford. The services to be provided include maintenance, service, design and installation of electronic and electro-mechanical access control and security-surveillance camera systems including Access control systems and related door hardware, internal security recorders monitors and cameras, as well as digitalwireless mesh video surveillance systems including timely response to correct any related problems as they arise. CONTACT INFORMATION James F. Costa PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 9:00 A.M.
(place, date and time)

PHONE: 508-997-4824

FAX: 508-961-3081 EMAIL: JFCst07683@aol.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 9:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Conference, Site Visit and Walk-Through: 5/23/12 at 10:00 A.M. at the above agency address. The initial term of the contract is for a one year period and includes four additional options to renew annually. The New Bedford Housing Authority may grant, at its sole discretion, an option to renew the contract each year after the initial year thereafter for a total contract period of not more than five years.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

New Bedford, City of Housing Authority Office of the Procurement Agent 725 Pleasant St. New Bedford, MA 02740

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-116 Exterior Painting $25,250

PROJECT: The New Bedford Housing Authority invites sealed bids for providing Exterior Painting at (AMP060-7003) Brickenwood. Anticipated start date is 6/7/12. Time of Completion is 21 days. CONTACT INFORMATION James F. Costa PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 9:00 A.M.
(place, date and time)

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

PHONE: 508-997-4824

FAX: 508-961-3081 EMAIL: JFCst07683@aol.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION To view the sites please contact James F. Costa at 508-997-4824 after 9:00 A.M. on 5/9/12.

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

New Bedford, City of Housing Authority Office of The Procurement Agent 725 Pleasant St. New Bedford, MA 02740

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-117 Exterior Painting $21,325

PROJECT: The New Bedford Housing Authority invites sealed bids for Exterior Painting at (AMP030-7004) Westlawn. Anticipated start date is 6/7/12. Time of Completion is 18 days. CONTACT INFORMATION James F. Costa PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 9:00 A.M.
(place, date and time)

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

PHONE: 508-997-4824

FAX: 508-961-3081 EMAIL: JFCst07683@aol.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION To view the sites please contact James F. Costa at 508-997-4824 after 9:00 A.M. on 5/9/12.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

New Bedford, City of Housing Authority Office of the Procurement Agent 725 Pleasant St. New Bedford, MA 02740

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-118 Roofing Repair $154,050 DCAM Certificate

PROJECT: The New Bedford Housing Authority invites sealed bids for providing Roofing Repair at (AMP060-7003) Brickenwood. Anticipated start date is 6/7/12. Time of Completion is 72 days. CONTACT INFORMATION James F. Costa PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 9:00 A.M.
(place, date and time)

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

PHONE: 508-997-4824

FAX: 508-961-3081 EMAIL: JFCst07683@aol.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION To view the sites please contact James F. Costa at 508-997-4824 after 9:00 A.M. on 5/9/12.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

12-82 $180,000

PROJECT: Sewer House Connection Force Main at the Intersection of Quinobequin Rd. and East Quinobequin Rd. CONTACT INFORMATION Maureen Lemieux, Interim Chief Procurement Officer
(place, date and time)

PHONE: 617-796-1220

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.newtonma.gov/bids, 5/10/12 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 5/18/12 at 11:00 A.M. at the 136 East Quinobequin Road Pump Station, Newton. 5% Bid Surety Required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

North Attleboro, Town of 43 South Washington St. North Attleboro, MA 02760

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

PROJECT: Fire Alarm upgrades at the Allen Avenue Elementary School, AMVENT Boulevard School and the Early Learning Center. CONTACT INFORMATION Fabrizio Caruso PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/7/12.
(place, date and time)

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

PHONE: 617-778-1464

FAX: 617-348-2143 EMAIL: FCaruso@MaguireGroup.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site visit: 5/11/12 @ 2:00 P.M. at the Allen Avenue Elementary School.

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

North Attleboro, Town of Department of Public Works Highway Division 49 Whiting St. North Attleboro, MA 02760
PROJECT: Line Painting (Annual Bid). CONTACT INFORMATION Mark Hollowell PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 8:00 A.M.
(place, date and time)

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

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

PHONE: 508-695-9621

FAX: 508-643-0568 EMAIL: tbellavance@nattleboro.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

North Attleboro, Town of Department of Public Works Highway Division 49 Whiting St. North Attleboro, MA 02760
PROJECT: Trench Milling and Repaving (Annual Bid). CONTACT INFORMATION Mark Hollowell PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 8:00 A.M.
(place, date and time)

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

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

PHONE: 508-695-9621

FAX: 508-643-0568 EMAIL: tbellavance@nattleboro.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.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

North Attleboro, Town of Department of Public Works Highway Division 49 Whiting St. North Attleboro, MA 02760
PROJECT: Installation Of Granite Curb and Sidewalks (Annual Bid). CONTACT INFORMATION Mark Hollowell PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 8:00 A.M.
(place, date and time)

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

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

PHONE: 508-695-9621

FAX: 508-643-0568 EMAIL: tbellavance@nattleboro.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

North Attleboro, Town of Department of Public Works Highway Division 49 Whiting St. North Attleboro, MA 02760
PROJECT: Cracksealing (Annual Bid). CONTACT INFORMATION Mark Hollowell PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 8:00 A.M.
(place, date and time)

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

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

PHONE: 508-695-9621

FAX: 508-643-0568 EMAIL: tbellavance@nattleboro.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.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

Orange, Town of Airport Commission 80 Airport St. Orange, MA 01364

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

AIP 3-25-0039-21-2012 $1,200,000

PROJECT: The proposed work includes the reconstruction and marking of a portion of Taxiway 'A' (approximately 35 feet by 1,400 feet) and reconstruction of the Terminal Apron (approximately 8,900 square yards). The scope of work includes, but is not limited to, erosion control, pavement and drainage structure demolition, excavation, installation of new drainage systems, construction of a proposed pavement box, installation of electric system infrastructure, pavement markings, topsoiling and seeding. CONTACT INFORMATION Michael Bramhall
(place, date and time)

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

PHONE: 781-491-0083

FAX: 781-491-0360 EMAIL: mbramhall@airportsolutionsgroup.com

PLANS/SPECIFICATIONS AVAILABLE Airport Solutions Group, LLC, 390 Main St. Suite 100, Woburn, MA 01801, 5/9/12 at 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Pembroke, Town of East Pembroke Community Club (EPCC) 27 Taylor St. Pembroke, MA 02359
PROJECT: Historic window and door restoration for an 1854 one room school house. CONTACT INFORMATION Stephen C. Herrmann PHONE: 781-733-2206

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$25,000

FAX: EMAIL: aherrmann26@msn.com

PLANS/SPECIFICATIONS AVAILABLE By contacting Steve Herrmann, EPCC President at aherrmann26@msn.com. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 5:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Provincetown, Town of 260 Commercial St. Provincetown, MA 02657

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $4,325,000 DCAM Certificate

PROJECT: Furnishing all plant, labor, services, equipment, materials, devices, facilities and appurtenances for a new 1.2 million gallon per day membrane filtration water treatment plant. The membranes have been pre-purchased by the Town. The Contractor will install the membrane units as specified. CONTACT INFORMATION Deborah Nestel PHONE: 617-657-0200 FAX: 617-657-0201 EMAIL: dbn@envpartners.com

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

PLANS/SPECIFICATIONS AVAILABLE Environmental Partners Group, Inc., 1900 Crown Colony Drive Suite 402, Quincy, MA 02169, Attn.: Deborah Nestel, 617-657-0200, 5/9/12, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/30/12 @ 4:00 P.M.

GENERAL BID DEADLINE:


(date and time)

6/19/12 @ 3:30 P.M.

SUB BID CATEGORIES: Masonry; Misc Metals; Waterproofing, Dampproofing & Caulking; Roofing & Flashing, Painting, Plumbing, HVAC, Electrical ADDITIONAL INFORMATION Pre-bid meeting: 5/15/12 at 1:00 P.M. in the Judge Welch Room at the above agency address. Contract Documents may be obtained for a fee of $50 (non-refundable). Cash will not be accepted. Contract Documents will be mailed, if requested, upon receipt of a street address (no P.O. Box) suitable for commercial carrier delivery and an additional check in the amount of $50, payable to Environmental Partners Group as a non-refundable postage and handling fee.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Rockland, Town of Housing Authority 8 Studley Court Rockland, MA 02370

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MA 133 $78,500. DCAM Certificate

PROJECT: Kitchen Renovations to 13 kitchens at Garden Terrace. Work includes removal of existing wall and base cabinets, countertops, sinks and faucets. Supply and installation of new cabinets and countertops, new sinks and faucets, new vinyl flooring and wall base, new lighting and electrical upgrade. Install new ducted range hoods and two cooktops and wall ovens. CONTACT INFORMATION Carol Gunderway PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 9:00 A.M.
(place, date and time)

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

PHONE: 781-878-4156

FAX: 781-871-6441 EMAIL: rhaexdir@verizon.net

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through of sample kitchen: 5/21/12 at 10:00 A.M.

55

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Rutland, Town of Community Hall Annex 246 Main St. Rutland, MA 01543
PROJECT: Annual Road Resurfacing and Related Work. CONTACT INFORMATION Gary Kellaher PHONE: 508-886-4105

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $275,000.00 Department of Highway

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

FAX: 508-886-7804 EMAIL: dpw@townofrutland.org

PLANS/SPECIFICATIONS AVAILABLE Department of Public Works, 17 Pommogussett Rd., Rutland, MA 01543, 5/7/12. Office Hours: Monday - Thursday, 8:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids must be in a sealed envelope, plainly marked "Road Maintenance Construction".

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Salem, City of Purchasing Department 120 Washington St. 3rd Floor Salem, MA 01970
PROJECT: Water Transmission Main Cleaning and Cement Mortar Lining at Sohier Rd., Beverly. CONTACT INFORMATION Thomas P. Watkins PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 10:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

N-51 $1.3 Million

PHONE: 978-619-5695

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION A refundable fee of $100.00 is required for plans, payable to the City of Salem. A non-refundable fee of $25.00 is required for mailing of bid documents.

56

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Saugus, Town of Housing Authority 19 Talbot St. Saugus, MA 01906


PROJECT: Paving repairs in several areas at 2 Rice St. (Laurel Gardens), Saugus. CONTACT INFORMATION Steven Whitehurst PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/7/12 after 9:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$24,000

PHONE: 781-233-2116

FAX: 781-233-3531 EMAIL: saugusexdir1@verizon.net

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site visit: 5/15/12 at 10:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Somerville, City of Purchasing Department 93 Highland Ave. Somerville, MA 02143


PROJECT: Harris Park, a new urban park, at 15-25 Cross St., Somerville. CONTACT INFORMATION Karen Mancini PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/11/12 at 8:30 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB #12-69CD

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

PHONE: 617-625-6600 ext. 3412

FAX: 617-625-1344 EMAIL: kmancini@somervillema.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/4/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 5/21/12 at 11:00 A.M. at the above agency address. $50.00 fee for plans and specs. Davis Bacon Wage Rates Apply. 5% Bid Bond required.

57

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Southborough, Town of Public School District Office of the Superintendent 53 Parkerville Rd. Southborough, MA 01772

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: DCAM Certificate

PROJECT: Emergency, Repair and Maintenance Services for the Electrical Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions. CONTACT INFORMATION Cheryl Levesque
(place, date and time)

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

PHONE: 508-486-5115

FAX: 508-486-5123 EMAIL: pjoncas@nsboro.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Southborough, Town of Public School District Office of the Superintendent 53 Parkerville Rd. Southborough, MA 01772

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: DCAM Certificate

PROJECT: Emergency, Maintenance and Repair Services for the HVAC Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions. CONTACT INFORMATION Cheryl Levesque
(place, date and time)

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

PHONE: 508-486-5115

FAX: 508-486-5123 EMAIL: pjoncas@nsboro.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

58

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

Southborough, Town of Public School District Office of the Superintendent 53 Parkerville Rd. Southborough, MA 01772

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: DCAM Certificate

PROJECT: Emergency, Repair and Maintenance of Plumbing Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions. CONTACT INFORMATION Cheryl Levesque
(place, date and time)

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

PHONE: 508-486-5115

FAX: 508-486-5123 EMAIL: pjoncas@nsboro.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:15 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Southborough, Town of Public School District Office of the Superintendent 53 Parkerville Rd. Southborough, MA 01772

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: DCAM Certificate

PROJECT: Installation, Maintenance and Repair Services for Roofing Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 6/30/13) with the option of two one-year extensions. CONTACT INFORMATION Cheryl Levesque
(place, date and time)

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

PHONE: 508-486-5115

FAX: 508-486-5123 EMAIL: pjoncas@nsboro.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:45 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

59

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

Southbridge, Town of Office of the Town Manager 41 Elm St. Southbridge, MA 01550

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-1-WWTP $80,000

PROJECT: The Town of Southbridge requests sealed proposals for Sludge Conveyor Work: Pursuant to M.G.L. c. 30, 39M, the Town of Southbridge is seeking a highly qualified contractor to supply all materials and labor required to completely repair and replace parts of the existing sludge conveyor system for the Wastewater Treatment Plant, 83 Dresser Hill Rd., Southbridge per specifications. CONTACT INFORMATION Heather Blakeley PHONE: 508-764-5403 FAX: 508-764-2237 EMAIL: hblakeley@southbridgemass.org

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 508-764-5405, 5/1/12. Office Hours Monday - Wednesday, 8:00 A.M. - 4:00 P.M.; Thursday, 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 5/16/12 at 10:00 A.M. at the WWTP, 83 Dresser Hill Rd., Southbridge. Any checks must be made out to the Town of Southbridge. Please refer to specifications for further detail on how to submit the proposal.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Springfield, City of Office of Procurement 36 Court St. Room 307 Springfield, MA 01103

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

SPG-12-378 $125,000.00 Department of Highway

PROJECT: Painting of approximately 450,000 linear feet of double yellow center line markings, approximately 82,000 linear feet of 4" white lane lines, 150,000 linear feet of 12" white crosswalks and stop bars, 18,000 square feet of arrow and legend markings, 8,000 linear feet of yellow lane lines and 5,000 linear feet of 12" yellow lane lines and 19,200 linear feet of 4" white lane lines (hand work) throughout the City of Springfield. CONTACT INFORMATION Maria Gomes
(place, date and time)

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

PHONE: 413-787-6285

FAX: 413-787-6295 EMAIL: mgomes@springfieldcityhall.com

PLANS/SPECIFICATIONS AVAILABLE Online at www.comm-pass.com, 5/9/12 at 8:30 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bidder must be pre-qualified by MassDOT in the specific class of work with a single contract limit at or above the dollar value of the project.

60

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 Housing Authority P.O. Box 1609 25 Saab Court Springfield, MA 01101
PROJECT: Demolition of Tornado damaged building at 425 Central St. CONTACT INFORMATION Naomi Dechristopher
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

425 $140,000.00 DCAM Certificate

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

PHONE: 413-785-1478

FAX: 413-784-4555 EMAIL: ndechristopher@shamass.org

PLANS/SPECIFICATIONS AVAILABLE S.H.A. Modernization Department, 117 Sanderson St. Rear, Springfield, MA 01107, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/16/12 at 10:00 A.M. at 425 Central St., Springfield.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Stoughton, Town of ***CANCELLED*** Public Schools Office of the Superintendent 232 Pearl St. Stoughton, MA 02072
PROJECT: Installation of asphalt tennis courts. CONTACT INFORMATION Joel Harding
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$60,000.00

PHONE: 781-344-4000 ext. 1227

FAX: 781-344-6417 EMAIL: j_harding@stoughtonschools.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address (Adams St. Entrance), 4/25/12 after 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/10/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

61

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 Board of Selectmen 10 Pearl St. Stoughton, MA 02072

***RE-BID***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$15,000

PROJECT: Construction of Repairs to the Town of Stoughton Senior Center. CONTACT INFORMATION Ben Fehan
(place, date and time)

PHONE: 781-232-9263 EMAIL:

FAX: 781-341-1086

PLANS/SPECIFICATIONS AVAILABLE Engineering Department at the above agency address, 5/8/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid meeting: 5/15/12 at 9:00 A.M. at the Senior Center.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Stoughton, Town of Public Schools Office of the Superintendent 232 Pearl St. Stoughton, MA 02072

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

HVAC $30,000/Year

PROJECT: Three-year Service and Maintenance Contract for Heating, Ventilation and Air Conditioning (HVAC). CONTACT INFORMATION Joel Harding
(place, date and time)

PHONE: 781-344-4000 ext. 1227

FAX: 781-344-6417 EMAIL: j_harding@stoughtonschools.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address (Adams St. Entrance), 5/9/12 after 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

62

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 Public Schools Office of the Superintendent 232 Pearl St. Stoughton, MA 02072
PROJECT: Three-year contract for Fire Alarm Testing, Maintenance and Repair. CONTACT INFORMATION Joel Harding
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$15,000/Year

PHONE: 781-344-4000 ext. 1227

FAX: 781-344-6417 EMAIL: j_harding@stoughtonschools.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address (Adams St. Entrance), 5/9/12 after 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Taunton, City of Municipal Light Plant Commission 55 Weir St. Taunton, MA 02780

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB12-04 $175,000

PROJECT: Electric Line Clearance Trimming to include all equipment, services, materials, labor and supervision to provide suitable conductor clearances within public and private ways of Berkley. CONTACT INFORMATION George J. Mastin, Sr. TMLP Purchasing Administrator
(place, date and time)

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

PHONE: 508-824-3149

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request, 5/9/12, 8:00 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 5/15/12 at 3:00 P.M. at the above agency address.

63

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

Tisbury, Town of P.O. Box 1239 51 Spring St. Vineyard Haven, MA 02568

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: The Town of Tisbury is seeking bids for the installation of nine filtration units, located at the Emergency Services Facility, 215 West Spring St., Tisbury. The units are manufactured by a company called Airmation based out of Rockford, IL. The units are used in conjunction with a separate filtration system mounted on the trucks themselves to filter the toxins in the air in order to keep the air in the vehicle bays safe to those in and around the area. The units should be mounted in no more than one week's time and and the electrical will be handled by a separate contractor. Work must begin within one to three days of bid award and completed by 5/30/12 at latest. CONTACT INFORMATION John Bugbee
(place, date and time)

PHONE: 508-696-4203

FAX: 508-693-5876 EMAIL: jbugbee@tisburyma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 9:00 A.M. - 4:30 P.M. or by email request to jbugbee@tisburyma.gov. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:30 A.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:


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

PROJECT: The Town of Tyngsborough is seeking bids for the construction of a boardwalk and trail at the Sherburne Nature Center property located at 46 Coburn Rd., Tyngsborough. CONTACT INFORMATION Michael P. Gilleberto PLANS/SPECIFICATIONS AVAILABLE 5/10/12.
(place, date and time)

PHONE: 978-649-2314

FAX: EMAIL: mgilleberto@tyngsboroughma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION The Town of Tyngsborough reserves the right to reject any or all bids, as well as any part of any or all bids, deemed not in the best interest of the Town. The Town reserves the right to waive any informalities in the bids.

64

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

Uxbridge, Town of Department of Public Works 147 Hecla St. Uxbridge, MA 01569

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DPW-2012-1 $40,000 Department of Highway

PROJECT: Douglas Pike Culvert Replacement. Contract includes removal and disposal of existing stone culvert, installation of new culvert, hot mix asphalt and other related civil and site work. CONTACT INFORMATION Angela Saunders, P.E., BETA Group, Inc. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12.
(place, date and time)

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

PHONE: 401-333-2382

FAX: 401-333-9225 EMAIL: asaunders@beta-inc.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be received at the above agency address until the deadline. There will be no plan fee for contract documents. Direct inquiries to Angela Saunders, P.E., BETA Group, Inc. at 401-333-2382, Fax 401-333-9225 or ASaunders@BETA-Inc.com. Bids will be on a Unit Price basis. Bids are subject to requirements of M.G.L. c. 30, 39M. Minimum Wage Rates determined by the Department of Workforce Development apply to this project. The combined MBE/WBE goal for this project is 10.4%. Contractors intending to bid on this project must be pre-qualified by MassDOT.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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


PROJECT: McDevitt School Floor Replacement, Phase 2. CONTACT INFORMATION Joseph P Pedulla, CPO PHONE: 781-314-3244

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$92,500

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

PLANS/SPECIFICATIONS AVAILABLE Online at www.city.waltham.ma.us/open-bids or by email request to jpedulla@City.waltham.ma.us, 5/2/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/16/12 at 10:00 A.M. at the site.

65

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

Wayland, Town of Housing Authority 106 Main St. Wayland, MA 01778

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012.02 $90,000 - $100,000 DCAM Certificate

PROJECT: The Wayland Housing Authority (WHA), the Awarding Authority, invites sealed Bids from contractors for Site Improvements at the Cochituate Village Elderly Housing Development, 106 Main St., Wayland. The Project consists of, but is not limited to, the following: Site demolition; asphalt paving; concrete walks; granite curbs; granite paving strips; granite bollards with and without step lighting; removable steel bollards; parking signage; free-standing masonry pylon building sign; landscaping, including trees, shrubs and grass, at the Cochituate Village Elderly Housing Development. CONTACT INFORMATION Brian Boggia, Executive Director PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/11/12 at 10:00 A.M.
(place, date and time)

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

PHONE: 508-655-6310 ext. 11

FAX: 508-655-8566 EMAIL: bboggia@waylandhousing.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 5/23/12 at 10:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Wellesley, Town of Department of Public Works Director's Office 2 Municipal Way Wellesley, MA 02481

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Contract #13C-410-1470 $750,000

PROJECT: Northern Basin Dredge and Town Beach Nourishment at Morses Pond in the Town of Wellesley. CONTACT INFORMATION David Hickey PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/17/12 at 12:00 P.M.
(place, date and time)

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

PHONE: 781-235-7600

FAX: 781-237-0047 EMAIL: dhickey@wellesleyma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 5/17/12 at 11:00 A.M. at the above agency address.

66

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

Westborough, Town of Department of Public Works 131 Oak St. Westborough, MA 01581

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Supply Equipment and Labor for construction work throughout various locations in the Town of Westborough. CONTACT INFORMATION Maria-Elaina Riggieri
(place, date and time)

PHONE: 508-366-3070

FAX: 508-366-3074 EMAIL: mriggieri@town.westborough.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by calling 508-366-3070, 5/9/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Westfield, City of ***RE-ADVERTISED*** 59 Court St. ***SUB-BIDS ONLY*** Westfield, MA 01085

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

re rfq 2344 $36,000,000 DCAM Certificate

PROJECT: The City of Westfield is seeking Statements of Qualifications from General Contractors and Filed Sub-Bid categories as listed. The project consists of a new 97,573 GSF 600 student elementary school and associated site work to be constructed at the current 22 Ashley St. site in Westfield. The existing building will be unoccupied during construction, which is scheduled to commence in July 2012. The City of Westfield is seeking prequalification documents from the following sub-trades: Elevators; Fire Suppression; Glass and Glazing. CONTACT INFORMATION Tammy Tefft PHONE: 413-572-6254 FAX: 413-572-1708 EMAIL: t.tefft@cityofwestfield.org

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

PLANS/SPECIFICATIONS AVAILABLE By email request (preferred) to t.tefft@cityofwestfield.org or n.reynolds@cityofwestfield.org, 5/9/12 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/25/12 @ 11:00 A.M.

GENERAL BID DEADLINE:


(date and time)

SUB BID CATEGORIES: Elevators; Fire Suppression; Glass & Glazing ADDITIONAL INFORMATION This request for qualifications will be used to pre-qualify subcontractors, who will then be invited to submit bids pursuant to M.G.L. c. 149, 44E as amended by St. 2004 c. 193. A list of the pre-qualified subcontractors will be provided to all pre-qualified bidders following the process. Only firms who are pre-qualified will be eligible to submit bids.

67

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 Highway Department 28 North St. Westford, MA 01886


PROJECT: Hot-in-Place Asphalt Recycling Heater Scarification of Existing Asphalt Pavement. CONTACT INFORMATION Mary R. Blane PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 10:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $100,000 Department of Highway

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

PHONE: 978-692-5520

FAX: 978-399-2726 EMAIL: mblane@westfordma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be accepted at the above agency address until the deadline, at which time they will be publicly opened and read aloud.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Westford, Town of Highway Department 28 North St. Westford, MA 01886


PROJECT: Painted Traffic Lines. CONTACT INFORMATION Mary R. Blane PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 10:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$30,000

PHONE: 978-692-5520

FAX: 978-399-2726 EMAIL: mblane@westfordma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be accepted at the above agency address until the deadline, at which time they will be publicly opened and read aloud.

68

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

Wilmington, Town of Town Manager's Office 121 Glen Rd. Wilmington, MA 01887

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $635,000 DCAM Certificate

PROJECT: Furnish all labor, materials and equipment to remove, properly dispose of and replace roofing at the Wilmington Memorial Library, the Wildwood Early Childhood Center and the West Intermediate School. CONTACT INFORMATION PHONE: 978-658-3017 FAX: 978-658-6506 EMAIL: ghooper@townofwilmingtonma.com George W. Hooper, II, Public Buildings Superintendent
(place, date and time)

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/17/12 at 10:00 A.M. at the Public Buildings Office, 30 Church St., Wilmington and then proceeding to the individual building locations.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Worcester, City of Purchasing Division 455 Main St. Room 201 Worcester, MA 01608
PROJECT: Resurfacing of Salisbury St., Webster St. and Boyce St., Contract M12-7. CONTACT INFORMATION John Orrell PHONE:

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

5653-J2 $2,000,000 Department of Highway

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

FAX: EMAIL: bids@worcesterma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or online at at www.worcesterma.gov at the "Open Bids" link. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

69

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

Berkshire Arts and Technology Charter School One Commercial Place Adams, MA 01220

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$35,000.00

PROJECT: Atrium Roof Covering and Rooftop Mechanical Equipment Replacement. CONTACT INFORMATION David J. Westall, R.A.
(place, date and time)

PHONE: 413-458-5139

FAX: 413-458-1639 EMAIL: dave@westallarchitecture.com

PLANS/SPECIFICATIONS AVAILABLE Repro Systems, Inc., 20 Yorkshire Ave., Pittsfield, MA 01201, 5/15/12, 8:30 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/5/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Berkshire Arts and Technology Charter School One Commercial Place Adams, MA 01220

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$35,000.00

PROJECT: Classroom 203 Project, Interior Alterations. CONTACT INFORMATION David J. Westall, R.A.
(place, date and time)

PHONE: 413-458-5139

FAX: 413-458-1639 EMAIL: dave@westallarchitecture.com

PLANS/SPECIFICATIONS AVAILABLE Repro Systems, Inc., 20 Yorkshire Ave., Pittsfield, MA 01201, 5/16/12, 8:30 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION

70

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

Bristol Community College 777 Elsbree St. Fall River, MA 02720

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

M32-12 $75,000.

PROJECT: Tennis Court Repairs, Bristol Community College. CONTACT INFORMATION Leo Racine
(place, date and time)

PHONE: 508-678-2811

FAX: 508-730-3279 EMAIL: leo.racine@bristolcc.edu

PLANS/SPECIFICATIONS AVAILABLE By contacting Philicia Pacheco at 508-678-2811 ext. 2216, 5/10/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Bristol County Agricultural High School 135 Center St. Dighton, MA 02715

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

REVISED $20,000 - $25,000

PROJECT: Removal of the existing fire escape and the installation of a new fire escape at the existing Main Building. CONTACT INFORMATION Justin Vieira PHONE: 508-679-5733

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

FAX: 508-672-8556 EMAIL: jvieira@starckarchitects.com

PLANS/SPECIFICATIONS AVAILABLE William Starck Architects, Inc., 126 Cove St., Fall River, MA 02720, 5/9/12. 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)

5/23/12 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid walk-through: 5/16/12 at 3:00 P.M. A deposit of $40.00 per set is required in the form of a certified, business or cashier's check, payable to Bristol County Agricultural High School. Bidders requesting Contract Documents to be mailed must include a separate check for $35.00 (non-refundable) per set, payable to William Starck Architects, Inc. to cover shipping and handling costs.

71

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Capital Asset Management, Division of (DCAM) ***REVISED*** 1 Ashburton Place 16th Floor Room 1610 ***SUB-BIDS ONLY*** Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MCA0602 DC1 $21,000,000 DCAM Certificate

PROJECT: RFQs for Trade Contractors for Elevators, Plumbing, HVAC, and Electrical for the MassArt Center for Design and Media, Massachusetts College of Art and Design, Boston. Scope: Modification to existing GYM Building and transformation of space to classroom and entrance space. CONTACT INFORMATION DCAM Bid Room PHONE: 617-727-4003 EMAIL: FAX: 617-727-5514

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

PLANS/SPECIFICATIONS AVAILABLE DCAM Bid Room at the above agency address or online at www.comm-pass.com, 5/2/12. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/23/12 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

SUB BID CATEGORIES: Elevators (ECC $175,000), Plumbing (ECC $450,000), HVAC (ECC $2,500,000), Electrical (ECC $2,500,000). ADDITIONAL INFORMATION This is a Construction Management at Risk project under M.G.L. c. 149A. Interested firms must submit a Qualifications Statement by the deadline and be pre-qualified if they are later interested in bidding on this project. DCAM Certification applies to this process. This Request for Qualifications is the first part of a two-step selection process for Trade Contractors. First, interested firms must submit the Qualification Statement and then, at a later date, only the pre-qualified firms will be invited to submit bids for the category of work in which they were prequalified. This required Qualification Statement is different from DCAM Certification. All firms must be qualified for this project, even if they are already DCAM Certified. Construction Manager is Walsh Brothers. Inc. and the Designer is Ennead Architects.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

SDM0801 HC2 $260,000.00 DCAM Certificate

PROJECT: Middlesex House of Correction Demolition of Barn: Demolition and removal of five buildings and structures, which includes walls, floor slabs and foundations, cut and cap utilities, removal of selected asphalt pavement, landscaping of disturbed areas and repair of a section of rock wall. CONTACT INFORMATION DCAM Bid Room
(place, date and time)

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

PHONE: 617-727-4003 EMAIL:

FAX: 617-727-5514

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/25/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid informational meeting: 5/16/12 at 10:00 A.M. at the site. Contact Orville Henry at 617-727-4030 ext. 249. Category of Work is General Building Demolition. Every General Bidder must be certified by DCAM for no less than the bid price, plus all additional alternates. $50 (Refundable). Company check or money order made payable to the Commonwealth of Massachusetts. DCAM does not mail plans and specs. The Designer is PARE Corp., 10 Lincoln Rd. Suite 103, Foxboro, MA 02035, Contact: Andrew Chagnon, P.E., 508-543-1755.

72

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

Chelmsford Water District 20 Watershed Lane Chelmsford, MA 01824

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$400,000

PROJECT: Littleton Rd. and Mill Rd. Water Mains. CONTACT INFORMATION George R. Allan, P.E.
(place, date and time)

PHONE: 978-577-1425 EMAIL:

FAX: 978-692-4578

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 5/9/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Plan Deposit is $50.00, Non-refundable Handling Fee is $25.00 in the form of two separate checks, payable to Stantec. A FedEx account number may be used to replace the handling fee.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

P11-2664-M2A $1,500,000.00

PROJECT: Maintenance of Street Lighting Systems on DCR Parkways, Roadways and Properties at Various Locations, State-Wide: Consists of performing preventative maintenance, repair and replacement of defective lighting system on DCR parkways, roadways and properties. CONTACT INFORMATION PHONE: 617-626-1428 FAX: 617-626-1449 EMAIL: yvonne.jones@state.ma.us Yvonne Jones, for Techanical Questions, JohnnieMae Cabral for CDs PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 after 10:00 A.M.
(place, date and time)

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 5/16/12 at 10:00 A.M. in the 7th Floor Conference Room at the above agency address. Please bring a business card. Contractor must be DCR pre-qualified in Category 9-Other-Lighting-All-Types (including Highway and Street Lighting).

73

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Convention Center Authority, Massachusetts 415 Summer St. Boston, MA 02210

***RE-ADVERTISED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $7,500,000 DCAM Certificate

PROJECT: Construction Management at Risk for the Hynes Convention Center Ceiling Replacement Project. This RFQ is to pre-qualify and shortlist CM at Risk firms who will be invited to submit proposals in response to a request for proposals. The CM will provide pre-construction and construction service for a guaranteed maximum price (GMP). The project includes the removal and replacement of the ceiling under the Hynes Convention Center and above the Massachusetts Turnpike. CONTACT INFORMATION Theresa Ruane PLANS/SPECIFICATIONS AVAILABLE Online at www.massconvention.com/rfp, 5/9/12.
(place, date and time)

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

PHONE:

FAX: EMAIL: truane@massconvention.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/30/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/22/12 at 1:00 P.M. at the Authority's Site Construction Office, 420 D St., Boston.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Convention Center Authority, Massachusetts 415 Summer St. Boston, MA 02210

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $750,000 DCAM Certificate

PROJECT: BCEC Roof AHU Roofing and Weatherproofing Repairs, Phase 2. Work includes installing roofing membrane on existing air handling units. CONTACT INFORMATION Theresa Ruane
(place, date and time)

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

PHONE:

FAX: EMAIL: truane@massconvention.com

PLANS/SPECIFICATIONS AVAILABLE Online at www.massconvention.com/rfp, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/21/12 at 10:00 A.M. at the Site Office, 420 D St., Boston. DCAM Category: Prime Roofer.

74

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Developmental Services, Department of (DDS) Engineering Office 500 Harrison Ave. Room 163 Boston, MA 02128

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DDS 12-28 $24,000

PROJECT: Renovate Bathroom: Remove and replace tub, install new tile, plumbing and electrical at 345 Dedham St., Wrentham. 30 calendar days for completion of this project. CONTACT INFORMATION Sheila O'Brien PHONE: 617-624-7887 FAX: 617-624-7676 EMAIL: sheila.obrien@state.ma.us

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 - 5/15/12, Monday - Friday, 9:00 A.M. - 4:00 P.M. and 5/23/12, 9:00 A.M. - 1:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plans and Specs will not be emailed. Plans can be picked up or mailed out. Please call, fax or email for a request. Bid Deposit/Bid bond of 5% of the total bid price must secure each bid in the form of a bid bond, certified, treasurer's or cashier's check, payable to the Commonwealth of Massachusetts. Contractor must be capable of securing a performance and Payment bond of 100% of the contract price.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Fitchburg State University Capital Planning and Maintenance 160 Pearl St. Fitchburg, MA 01420
PROJECT: 155 North St. Phase 2 Fit-Out. CONTACT INFORMATION Ann Martin PHONE: 978-665-3423

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

C805-2, Bid F115-12 $290,000

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

FAX: 978-665-3682 EMAIL: amartin8@fitchburgstate.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 and hardcopy requested), 5/9/12. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

5/24/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 2:00 P.M.

SUB BID CATEGORIES: 090007 Painting, 230000 HVAC, 260000 Electrical ADDITIONAL INFORMATION Pre-Bid Conference: 5/16/12 at 10:00 A.M. in the Dupont Building Conference Room 215, 299 North St., Fitchburg. Plan deposit is $40/set (refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Fitchburg State University reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.

75

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $191,000 DCAM Certificate

PROJECT: Boiler Replacement at the Pocasset Mental Health Center, 830 County Rd., Pocasset. CONTACT INFORMATION Gerald McCullough
(place, date and time)

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

PHONE: 617-626-8053

FAX: 617-626-8046 EMAIL: gerald.mccullough@dmh.state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 - 6/5/12, 9:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/6/12 @ 1:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 5/23/12 at 10:00 A.M. in the Main Lobby of the Pocasset Mental Health Center, 830 County Rd., Pocasset. Contractors are encouraged to have Asbestos sub-contractors attend. DMH does not mail plans and specs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 20120-PW1 Item 1A $740,130 Department of Highway

PROJECT: The Metropolitan Area Planning Council (MAPC) on behalf of the MetroWest Regional Services Consortium (Consortium) representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for bituminous concrete paving services. CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Heidi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

76

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 2012-PW1 Item 1B $24,200

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for sidewalks construction reconstruction and repair. CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Heidi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 2012-PW1 Item 2 $47,000

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for cold planing. CONTACT INFORMATION Heidi Anderson PLANS/SPECIFICATIONS AVAILABLE 5/9/12 at 9:00 A.M.
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

77

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 2012-PW1 Item 3 $50,851 Department of Highway

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for pavement reclamation. CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770x2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Heidi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 2012-PW1 Item 5 $147,015 Department of Highway

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for crack sealing. CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Heidi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

78

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 2012-PW1 Item 7 $40,618

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for guardrail. CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Heidi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Metropolitan Area Planning Council (MAPC) 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST:

MW 2012-PW1 Item 15 Roadway $715,324 Department of Highway

CONTRACTOR QUALIFICATION:

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for roadway management (paving, milling, reclamation, pavement markings, etc.). CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Hiedi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

79

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Metropolitan Area Planning Council 60 Temple Place 6th Floor Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MW 2012-PW1 Item 13 $300,000 Department of Highway

PROJECT: The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for grind and inlay. CONTACT INFORMATION Heidi Anderson
(place, date and time)

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

PHONE: 617-451-2770 ext. 2065

FAX: 617-423-0584 EMAIL: handerson@mapc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to Hiedi Anderson at handerson@mapc.org, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/29/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $980,000 DCAM Certificate

PROJECT: Installation of a 135kW DC photovoltaic distributed generation system. Installed on the roof of MART's facility. Installation area consists of three adjacent roof sections at approximately the same elevation. The system consists of, but is not limited to, 528 PV modules, three independent selfballasted module mounting systems, three combiner boxes, three DC disconnect switches, one 135kW inverter, two AC disconnect switches, one PV production meter and data acquisition system, one new low voltage distribution panel and multiple AC and DC low voltage circuits. In addition, the installation of the PV system will require the facilitys main distribution panel to be upgraded to a 1000 ampere, 65kAIC, three phase/four wire 277/480 volt panelboard. CONTACT INFORMATION Rose Brighenti
(place, date and time)

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

PHONE: 978-665-2205

FAX: 978-345-9867 EMAIL: rbrighenti@mrta.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to rbrighenti@mrta.us, 5/9/12 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

6/1/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 5/17/12 at 10:00 A.M. RFP packages will not be opened publicly until 6/4/12.

80

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

Montachusett Regional Vocational Technical School District 1050 Westminster St. Fitchburg, MA 01420

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2012-05

PROJECT: Sealed bids for purchase and installation of two heating, ventilation and air conditioning units above Student Support Services at Montachusett Regional Vocational Technical School. CONTACT INFORMATION Tammy Lajoie
(place, date and time)

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

PHONE: 978-345-9200 ext. 5214

FAX: 978-345-9167 EMAIL: lajoie@montytech.net

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to shewan@montytech.net, 5/10/12 after 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bidders' conference: 5/14/12 at 3:00 P.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

North Raynham Water District 80 Baker Rd. Raynham, MA 02767

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $350,000 DCAM Certificate

PROJECT: Construct District Garage Building. CONTACT INFORMATION George R. Allan, PE


(place, date and time)

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

PHONE: 978-577-1425

FAX: 978-692-4578 EMAIL: george.allan@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 5/9/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Plan Deposit is $50.00, Non-refundable handling fee is $25.00 in the form of two separate Checks, payable to Stantec. A FedEx account number may be used in lieu of the handling fee. DCAM Certification is in General Building Construction required.

81

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: Entry Plaza Improvements at L.G. Hanscom Field, Bedford. CONTACT INFORMATION Wendy Riggs Smith PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/4/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

H206-C1 $95,000

(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)

6/6/12 @ 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:

Public Health, Department of Tewksbury Hospital Code Compliance Office 365 East St. Tewksbury MA 01876-1998

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

TH5213-B $15,000

PROJECT: Pump Repair Services: Qualified vendor to provide services to repair/rebuild and adjust malfunctioning pumps and associated control systems. CONTACT INFORMATION PHONE: 978-851-7321 ext. 2802 EMAIL: FAX: Roger Gauthier, Maintenance Coordinator for External Programs PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12 at 12:00 P.M.
(place, date and time)

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-Through: 5/16/12 at 9:00 A.M. in the C1 Conference Room of the Saunders Building at the above agency address. No other walk-throughs will be scheduled. Plans/Specs will not be mailed, faxed or emailed. Tewksbury Hospital will arrange to have FedEx pick up these documents by emailing a request to pam.andruskiewicz@massmail.state.ma.us and including a mailing address, FedEx account number and phone and fax numbers. There is no charge for these documents.

82

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CHE NN 12-8 $40,000

PROJECT: Sealed proposals for the provision of door replacement services on behalf of the Soldiers' Home in Massachusetts are being solicited. CONTACT INFORMATION Robert Maniatis
(place, date and time)

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

PHONE: 617-887-7170

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

PLANS/SPECIFICATIONS AVAILABLE For pick-up only at the above agency address, 5/9/12, 7:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/15/12 at 10:00 A.M. in the Quigley Building lobby at the above agency address. Bid documents will be available at no charge. No request for faxed or electronic copies will be honored.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CHE NN 12-9 $20,000

PROJECT: Sealed bids for the provision of DA Overflow Drain Line Replacement services are being solicited. CONTACT INFORMATION Robert Maniatis
(place, date and time)

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

PHONE: 617-887-7170

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

PLANS/SPECIFICATIONS AVAILABLE For pick-up only at the above agency address, 5/9/12, 7:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/15/12 at 11:00 A.M. in the Quigley Building lobby at the above agency address. Bid documents will be available at no charge. No request for faxed or electronic copies will be honored.

83

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CHE NN 12-5 $23,000

PROJECT: Sealed proposals for the provision of Boiler #1 Refractory Replacement services are being solicited. CONTACT INFORMATION Robert Maniatis
(place, date and time)

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

PHONE: 617-887-7170

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

PLANS/SPECIFICATIONS AVAILABLE For pick-up only at the above agency address, 5/9/12, 7:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 5/15/12 at 12:00 P.M. in the Quigley Building lobby at the above agency address. Bid documents will be available at no charge. No request for faxed or electronic copies will be honored.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116
PROJECT: District 1: Traffic Signal Improvements at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/22/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606550 $339,000.00 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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/5/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

84

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 3: Scheduled and Emergency Tree Trimming and Removal at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/22/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606678 $839,000.00 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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/5/12 @ 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: Application of Reflectorized Pavement Markings at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/22/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606654 $585,000.00 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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/5/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

85

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:

604048 $4,078,000.00 Department of Highway

PROJECT: Easthampton: Concrete Bridge Superstructure Replacement (E-05-006) on Route 10/Northampton St. over the Manhan River (ABP). CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/15/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/5/12 @ 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:

606601 $4,185,000.00 Department of Highway

PROJECT: Chicopee - West Springfield: Bridge Deck Repairs and Related work (C-13-023=W-21-022) on Interstate 90 over the Connecticut River. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/29/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION

86

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:

606594 $303,000.00 Department of Highway

PROJECT: District 3: Median Barrier Repairs, Including Concrete Coating (ASR) Application, at Various Locations on Interstate 90. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/29/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/12/12 @ 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 4: Fence Repairs and Improvements at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/29/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606457 $178,000.00 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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION

87

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 5: Scheduled and Emergency Bridge Substructure Repairs at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/29/12.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606637 $1,998,000.00 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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/12/12 @ 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:

606697 $427,000.00 Department of Highway

PROJECT: District 5: Scheduled and Emergency Traffic Signal Repairs and Improvements at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/29/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION

88

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:

606570 $1,998,000.00 Department of Highway

PROJECT: District 4: Scheduled and Emergency Drawbridge Operation, Repairs and Maintenance in the North and Northeast Areas. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 6/5/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/19/12 @ 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:

606600 $2,012,000.00 Department of Highway

PROJECT: District 5: Scheduled and Emergency Drawbridge Repairs at Various Locations, Including Martha's Vineyard. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 6/12/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

6/26/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

89

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:

605911 $5,816,000.00 DCAM Cert. and Department of

PROJECT: Boston: Callahan Tunnel Vent Building #12 Exterior Facade Replacement at 201 North St. CONTACT INFORMATION Frank H. Kucharski, P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 6/19/12.
(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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

6/19/12 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

7/3/12 @ 2:00 P.M.

SUB BID CATEGORIES: Electrical, Waterproofing, Glass, Windows, Painting, Ironwork, Removal of Hazardous Material ADDITIONAL INFORMATION DCAM Category: General Building Construction.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

UMA12-50 $475,000.00 DCAM Certificate

PROJECT: ISB Room 427 and Cafe Renovation. Final completion date based upon executed contract date is 11/2/12. CONTACT INFORMATION Peter Royer PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/9/12.
(place, date and time)

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

PHONE: 413-545-0361

FAX: EMAIL: proyer@amin.umass.edu

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

5/30/12 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: 220000 Plumbing, 260000 Electrical, 230000 HVAC ADDITIONAL INFORMATION Pre-Bid Meeting: 5/17/12 at 10:00 A.M. in the 1st Floor Lobby at the Integrated Science Building (ISB), 661 North Pleasant St., Amherst. Specs may be obtained upon receipt of a refundable deposit of $50.00 per set in the form of company, treasurer's, cashier's or bank check payable to UMass. A courier account number is required with the check in order to have the package mailed. Note: All sub-bidders must submit with their bid a valid DCAM Certificate of Eligibility and a valid DCAM Update Statement.

90

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

University of Massachusetts - Dartmouth Foster Administration Building 285 Old Westport Rd. #008 North Dartmouth, MA 02747
PROJECT: Track Repair and Re-surfacing. CONTACT INFORMATION Doreen Arruda
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DD12HF56 $80,000.00

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

PHONE: 508-999-9223

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

PLANS/SPECIFICATIONS AVAILABLE For Pick-up at the above agency address, 5/9/12, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 5/16/12 at 1:00 P.M. at the Track. There is no plan deposit required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

UMBA 08-B5 TBD DCAM Certificate

PROJECT: Edward M. Kennedy Institute for the United States Senate, UMass Boston, RFQ for one Trade Contractor: Lathing and Plastering. CONTACT INFORMATION Tom Kerwin
(place, date and time)

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

PHONE: 617-744-3116

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

PLANS/SPECIFICATIONS AVAILABLE Online at www.joslinlesser.com, 5/9/12 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/23/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION The RFQ will be posted on www.joslinlesser.com on 5/9/12. The SOQ is due on 5/23/12.

91

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: Nut Island Switchgear Modifications. Contractor Category: Electrical. CONTACT INFORMATION Kevin McKenna
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

7244A $101,000 DCAM Certificate

(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 By contacting MWRA's Document Distribution Office at 617-788-2575, 5/9/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

5/31/12 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 5/16/12 at 10:30 A.M. in the Community Room at the Nut Island Headworks Facility, 147 Sea Ave., Quincy.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Worcester County Sheriff's Office 5 Paul X. Tivnan Drive West Boylston, MA 01583
PROJECT: Paving project various areas. CONTACT INFORMATION Mary Ann Reynolds PLANS/SPECIFICATIONS AVAILABLE At the site visit only.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

WCSO-2012-002 $125,000.00

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

PHONE: 508-854-1831 EMAIL:

FAX:

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

5/24/12 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory site visit: 5/15/12 by appointment only.

92

CR-5
AWARDING AUTHORITY: AGENCY: Acton, Town of Town Manager's Office 472 Main St. Acton, MA 01720 CONTACT Corey York

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Construction of Salt Storage Shed.

PHONE EMAIL: cyork@acton-ma.gov

FAX:

Works in Progress 20 Farrell St. South Burlington, VT 05403

Gardner Construction & Industrial Northern Construction Service 775 Pleasant St. Unit 11 Services Weymouth, MA 02189 47 Olivine St. Chicopee, MA 01013 The BidClerk 28 North Clark St. Suite 450 Chicago, IL 60602

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

Bulk Storage, Inc. 28101 South Yates Ave. Beecher, IL 60401


AWARDING AUTHORITY: AGENCY: Andover, Town of 36 Bartlet St. Andover, MA 01810 CONTACT Elaine M. Shola, Purchasing Agent

PROJECT NUMBER:

Bid No. 025/04-12/185

PROJECT: Memorial Hall Library Rear Entrance Sidewalk Reconstruction.

PHONE EMAIL:

978-623-8216 eshola@andoverma.gov

FAX: 978-623-8240

Pavex, Inc. 635 Lowell St. Methuen, MA 01844

Tasco Construction 92 Stony Brook Rd. Belmont, MA 02478

93

CR-5
AWARDING AUTHORITY: AGENCY: Andover, Town of 36 Bartlet St. Andover, MA 01810 CONTACT

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: RFP No. 009/04-12/185

PROJECT: Design and Construction Administration Services for Andover Youth Center, Andover. PHONE EMAIL: 978-623-8216 eshola@andoverma.gov FAX: 978-623-8240

Elaine M. Shola, Purchasing Agent

A.R.C./Architectural Resources Cambridge Five Cambridge Center Cambridge, MA 02142 William Starck Architects,Inc. 126 Cove St. Fall River, MA 02720

Bargmann Hendrie & Archetype, In O.M.R. Architects, Inc. 543 Massachusetts Ave. 300 A St. Acton, MA 01720 Boston, MA 02210-1710

Studio G Architects 179 Boylston St. Jamaica Plain, MA 02130

G.M.I. Architects Boston 45 Newbury St. Suite 503 Boston, MA 02116

Maguire Group, Inc. 211 Congress St. Boston, MA 02110

Lamoureux Pagano Associates Architects, Inc. 108 Grove St. Suite 300 Worcester, MA 01605 J.C.J. Architecture 2 Grand Central Tower 140 East 45th St. New York, NY 10017 Next Phase Studios 344 Boylston St. Boston, MA 02116

C.B.I. Consulting, Inc. 250 Dorchester Ave. Boston, MA 02127

Davis Square Architects, Inc. 240A Elm St. Somerville, MA 02144

B.S.C. Group, Inc. 15 Elkins St. Boston, MA 02127

L.D.A. Architecture & Interiors 222 Third St. Suite 3212 Cambridge, MA 02142

McGinley Kalsow & Associates, In Peterman Architects, Inc. 10 Concord Crossing Suite 230 P.O. Box 45248 Concord, MA 01742 324 Broadway Somerville, MA 02145 Systems Administrator Associate 221 Hampshire St. Cambridge, MA 02139 Warner Larson, Inc. 130 West Broadway Boston, MA 02127

Tetra Tech, Inc. 1 Grant St. Framingham, MA 01701

Turowski2 Architecture, Inc. P.O. Box 1290 313 Wareham Rd. Marion, MA 02738

C.D.W. Consultants, Inc. 40 Speen St. Suite 301 Framingham, MA 01701

DesignLab Architects, Inc. 35 Channel Center St. Suite 103 Boston, MA 02210

Allen Lieb Architects & Associates Isgenuity 321 Summer St. Suite 401 P.C. Boston, MA 02210-1725 89 Newbury St. Suite 301 Danvers, MA 01923 Lozano, Baskin & Associates, Inc. Schwartz/Silver Architects, Inc. 75 Kneeland St. 205 Mount Auburn St. Boston, MA 02111 Watertown, MA 02472 Intent Architects 33 High St. Suite 3 Reading, MA 01867

Edward Rowse Architects, Inc. 2 Hampshire St. Suite 106 Foxboro, MA 02035 Pare Corp. 8 Blackstone Valley Place Lincoln, RI 02865 M.P.D.L. Studio 112 Shawmut Ave. Suite 6b Boston, MA 02118

H.M.F.H. Architects, Inc. 130 Bishop Allen Drive Cambridge, MA 02139

L.L.B. Architects/Lerner Ladds Bar Garofalo Design Associates, Inc. 161 Exchange St. 214 Lincoln St. Suite 208 Pawtucket, RI 02860 Boston, MA 02134 Holzman Moss Bottino Architectur Drummey Rosane Anderson, Inc. 214 West 29th Street Tower 17th F Colby Hall 141 Herrick Rd. New York, NY 10001 Newton Centre, MA 02459

94

CR-5
AWARDING AUTHORITY: AGENCY: Andover, Town of 36 Bartlet St. Andover, MA 01810 CONTACT

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: RFQ No. 001/03-12/185

PROJECT: Qualifications from Trade Contractors for the Bancroft Elementary School Project. PHONE EMAIL: 978-623-8216 eshola@andoverma.gov FAX: 978-623-8240

Elaine M. Shola, Purchasing Agent

P.C.M. Construction Co. Inc. 81 Westford Rd. Ayer, MA 01432

K. & K. Acoustical Ceilings, Inc. 1881 Main St. #7 Tewksbury, MA 01876

Ryan Ironworks P.O. Box 159 1830 Broadway Raynham, MA 02767

Embree Elevator 26 Farrar St. Lynn, MA 01901-1602

Bello Painting Co., Inc. 585 East St. Weymouth, MA 02189 Falite Brothers, Inc. 9 Broadway Wakefield, MA 01880

Custom Glass & Aluminum Co., In Acoustek, Inc. 120 Lumber Lane Building 4 Unit 20 Ventura Drive Tewksbury, MA 01876 Dartmouth, MA 02747 Richman Corp. 65 Liberty St. Quincy, MA 02169 C. & G. Suspended Ceilings, Inc. P.O. Box 413 Lowell, MA 01853-0413

Zeraschi & Sons, Inc. 106 Main St. Unit 6 Stoneham, MA 02180 Arrow Floor/Carpet One Shawsheen Plaza 207 North Main St. Andover, MA 01810

Joseph Cohn & Son Tile & Terrazz L.A.L. Masonry, Inc. 27 Ferncliff Ave. LLC Saugus, MA 01906 50 Devine St. North Haven, CT 06473
AWARDING AUTHORITY: AGENCY: Bellingham, Town of Public Schools 60 Harpin St. Bellingham, MA 02019 CONTACT Michael Roche PROJECT NUMBER: 12-05.22 PROJECT: Replacement of 50 glass window panes and aggregate panel sealing at Stall Brook Elementary School, 342 Hartford Ave., Bellingham.

PHONE EMAIL:

508-883-1706 mroche@bellinghamma.org

FAX: 508-883-5089

Coulter Construction 27 Porter St. Billerica, MA 01821 New England School Services 98 Hicks Ave. Medford, MA 02155
AWARDING AUTHORITY: AGENCY: Belmont, Town of Office of Community Development 19 Moore St. Belmont, MA 02478 CONTACT Glenn R. Clancy, P.E.

ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950 Glass & Mirror, Inc. 190 Broadway Somerville, MA 02145

iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801

CProjects.com 30 Controls Drive Suite 200 Shelton, CT 06484

PROJECT NUMBER: PROJECT: Full depth road reconstruction of various roadways in the Town of Belmont. Additional improvements include handicap ramps and sewer and drainage improvements at various locations town wide. PHONE EMAIL: 617-993-2650 FAX: 617-993-2651

Sunshine Paving Corp. 89 Meadowbrook Rd. North Chelmsford, MA 01863 A.R. Belli, Inc. 271 Nevada St. Newtonville, MA 02460

C.D.C./Construction Data Co. 1 Oak Brook Terrace Suite 510 Oak Brook, IL 60181

Newport Construction Corp. 164 Burke St. Suite 1A Nashua, NH 63060

Lazaro Paving 800 Mt. Laurel Circle Shirley, MA 01464

95

CR-5
AWARDING AUTHORITY: AGENCY: Cambridge, City of Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT Cynthia H. Griffin

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 5767

PROJECT: Cambridge Cemetery Staircase Restoration 2012.

PHONE EMAIL:

617-349-4310 nsarao@cambridgema.gov

FAX: 617-349-4008

Acme Waterproofing Co., Inc. 241 West Water St. Rockland, MA 02370

Aden Construction, Inc. 5 Duval Rd. Dudley, MA 01571

All Star Historical Cast Iron Restoration 8 Hood Farm Rd. Ipswich, MA 01938 East Coast Developments, Inc. 126 Main St. Unit #2 North Reading, MA 01864

Cali Corp. 5 Victoria Circle Natick, MA 01760

DiBara Enterprises 25 Howard St. Fitchburg, MA 01420 NELM Corp. Construction 5 Park Ave. Carver, MA 02330 iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801
AWARDING AUTHORITY: AGENCY: Cambridge, City of Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT Cynthia H. Griffin

Eagle Point Builders, Inc. 54 Burnham St. Belmont, Ma 02178 New England Steel, Inc. 1655 Elmwood Ave. Building 43 Cranston, RI 02920 ProjectDog 18 Graf Rd. Newburyport, MA 01950

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

Roger A. Tremblay Contractors, In T.M. Masonry 20 Grove St. 10 Colonial Rd. Suite 4 Fall River, MA 02720 Salem, MA 01970

PROJECT NUMBER:

5784

PROJECT: Glacken Slope Restoration, Phase 4.

PHONE EMAIL:

617-349-4310 nsarao@cambridgema.gov

FAX: 617-349-4008

Hugo Key & Son, Inc. 51 America's Cup Ave. Newport, RI 02840 Netco 21 Worthen Rd. Lexington, MA 02421 iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801
AWARDING AUTHORITY: AGENCY: Dracut, Town of 62 Arlington St. Dracut, MA 01826 CONTACT

J.J. Phelan & Son Co., Inc. 120 Lumber Lane Tewksbury, MA 01876

Linwood Construction Co., Inc. 331 Montvale Ave. Suite 330 Woburn, MA 01801

NELM Corp. Construction 5 Park Ave. Carver, MA 02330 ValleyCrest Landscape Maintena 1010 Pleasant St. Belmont, MA 02478

Roger A. Tremblay Contractors, In Sumco Eco-Contracting, LLC 16 Front St. Suite 206 10 Colonial Rd. Suite 4 Salem, MA 01970 Salem, MA 01970 ProjectDog 18 Graf Rd. Newburyport, MA 01950 J.N.J. Sacca, Inc. 92 Spy Pond Parkway Arlington, MA 02474

PROJECT NUMBER: PROJECT: Dracut High School Additions and Renovation.

PHONE EMAIL:

617-778-0951 pkalous@rfwcp.com

FAX: 617-778-0999

Paul Kalous, Owner's Project Manager

Control Technologies, Inc. 21-H Olympia Ave. Woburn, MA 01801

96

CR-5
AWARDING AUTHORITY: AGENCY: Franklin, Town of 355 East Central St. Franklin, MA 02038 CONTACT Norma Collins

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 2012-16

PROJECT: On-Call Generator Services.

PHONE EMAIL:

508-553-4866 ncollins@franklin.ma.us

FAX: 508-541-5253

Power Products Systems, LLC 107 Audubon Rd. Wakefield, MA 01880


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

Kraft Power 199 Wildwood Ave. Woburn, MA 01801

Power Equipment Co. 7 Franklin McKay Drive Attleboro, MA 02703

Power Up Generator Service Co. 8 Priscilla Lane Unit 6 Auburn, NH 02032

PROJECT NUMBER:

2012-14

PROJECT: On-call Refrigeration Service.

PHONE EMAIL:

508-553-4866 ncollins@franklin.ma.us

FAX: 508-541-5253

Victory Mechanical Services, Inc. 115 Mendon St. Bellingham, MA 02019 Jasco Electric 456 West Central St. Franklin, MA 02038
AWARDING AUTHORITY: AGENCY: Franklin, Town of 355 East Central St. Franklin, MA 02038 CONTACT Norma Collins

Atlantic Refrigeration of Hudson, I Cooling & Heating Specialists, Inc P.J. Kennedy 36 Gibson St. 151A California St. 9 Bonazzoli Ave. Boston, MA 02122 Newton, MA 02458 Hudson, MA 01749

PROJECT NUMBER:

2012-17

PROJECT: Grove St. Water Main Project.

PHONE EMAIL:

508-553-4866 ncollins@franklin.ma.us

FAX: 508-541-5253

Cedrone, Inc. 231 Rangeway Rd. North Billerica, MA 01862 Gravity Construction, Inc. 26 Fales Rd. Plainville, MA 02762

D. & F. Afonso Builders 189 Main St. Milford, MA 01757 Commonwealth Construction & Utilities, Inc. P.O. Box 692 Maynard, MA 01754

C.N. Corp. 106 Richmond Rd. Assonet, MA 02702 E.J. Prescott 159 Manley St. Brockton, MA 02310

Five Oaks Construction Co., Inc. 152 Broadmeadow Rd. Groton, MA 01450 Blue Diamond Equipment Co. 73 East Belcher Rd. Foxboro, MA 02035

AWARDING AUTHORITY: AGENCY: Lynn, City of Purchasing Department 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT Charles E.White PROJECT NUMBER: 03-107 PROJECT: Retaining Wall Improvements at Dearborn Ave. for the City of Lynn Department of Public Works.

PHONE EMAIL:

781-586-6893 kmathews@lynnma.gov

FAX: 781-477-7027

Caruso & McGovern One Industrial Way Georgetown, MA 01833

97

CR-5
AWARDING AUTHORITY: AGENCY: Marlborough, City of 140 Main St. Marlborough, MA 01752 CONTACT

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: Contract No. ED 2011-21

PROJECT: Bridge St. Culvert Extension and Headwall Construction.

PHONE EMAIL:

508-624-6910 ext. 7202 clafreniere@marlborough-ma.gov

FAX: 508-624-7699

Christopher S. LaFreniere

Aqua Line Utility, Inc. 268 Washington St. East Bridgewater, MA 02333
AWARDING AUTHORITY: AGENCY: Middleton, Town of 48 South Main St. Middleton, MA 01949 CONTACT Charlie Van Voorhis, RA

Barrows Contracting, Inc. 37 North St. Upton, MA 01568

Tro-Con Corp. 5 Skyview Rd. Woburn, MA 01801

Kenefick Corp. 15 Edgeworth Rd. Quincy, MA 02171

PROJECT NUMBER: PROJECT: Middleton Fire Station Insulation Repair, a one-story masonry fire station located at 4 Lake St., Middleton. PHONE EMAIL: 508-993-6567 cvanvoorhis@dvvarchitects.com FAX: 508-993-6581

ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950 iSqFt c/o Service Point 5 Commonwealth Ave. Woburn, MA 01801
AWARDING AUTHORITY: AGENCY: Peabody, City of Purchasing Department 24 Lowell St. Peabody, MA 01960 CONTACT Daniel Doucette

Roger A. Tremblay Contractors, In North Hill Construction 19 North Hill Drive 10 Colonial Rd. Suite 4 Lynnfield, MA 01940 Salem, MA 01970 Works in Progress 20 Farrell St. South Burlington, VT 05403 EaglePoint Builders, Inc. 54 Burnham St. Belmont, MA 02478

Kneeland Construction Corp. 407R Mystic Ave. Suite 34B Medford, MA 02155 Aden Construction, Inc. 5 Duval Rd. Dudley MA 01571

PROJECT NUMBER: PROJECT: Window Replacement at the Burke Elementary School.

PHONE EMAIL:

978-538-5901

FAX:

Paul Rogan Co., Inc. 25 Hayward St. Braintree, MA 02184 Lockheed Window Corp. Route 100 Pascoag, RI 02859

Lambrian Construction Corp. 384 Washington St. Westwood, MA 02090

ProjectDog 18 Graf Rd. Newburyport, MA 01950

North East Energy Control 148 North Franklin St. Holbrook, MA 02343

98

CR-5
AWARDING AUTHORITY: AGENCY: Peabody, City of Purchasing Department 24 Lowell St. Peabody, MA 01960 CONTACT Daniel Doucette

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Roof Replacement at Welch Elementary School.

PHONE EMAIL:

978-538-5901

FAX:

Greenwood Industries, Inc. 50 Howe Ave. Millbury, MA 01527 P.J. Spillane Co. 97 Tileston St. Everett, MA 02149
AWARDING AUTHORITY: AGENCY: Peabody, City of Purchasing Department 24 Lowell St. Peabody, MA 01960 CONTACT Daniel Doucette

Hall Sheetmetal Works, Inc. 11 River St. Middleton, MA 01949

L.A.L. Masonry Co., Inc. 27 Ferncliff Ave. Saugus, MA 01906

ProjectDog 18 Graf Rd. Newburyport, MA 01950

PROJECT NUMBER: PROJECT: Corridor Realignment and Re-design of Main St.

PHONE EMAIL:

978-538-5901

FAX:

Strada Construction 1236 Eastern Ave. Malden, MA 02148


AWARDING AUTHORITY: AGENCY: Peabody, City of Purchasing Department 24 Lowell St. Peabody, MA 01960 CONTACT Daniel Doucette

P.V. Barone Corp. 18 Central St. Winthrop, MA 02152

Newport Construction 164 Burke St. Nashua, NH 03060

PROJECT NUMBER: PROJECT: 45 Walnut St. Site Remediation and Park Development.

PHONE EMAIL:

978-538-5901

FAX:

C.R.C. 77 Federal Ave. Quincy, MA 02169 S. & R. Corp. 706 Broadway St. Lowell, MA 01854 Wes Construction Corp. 650 Industrial Drive Halifax, MA 02338 J.J. Phelan & Son 120 Lumber Lane Tewksbury, MA 01876 E.G. Northeast 185 Industrial Rd. Wrentham, MA 02093

Tufts, Inc. 142 Mystic Ave. Medford, MA 02155 Farneses Construction, Inc. 78 Schanada Drive Newmarket, NH 03857 T.M.C. Environmental One William Way Bellingham, MA 02019 Strada Construction 1236 Eastern Ave. Malden, MA 02148 W.L. French Excavating Corp. 3 Survey Circle North Billerica, MA 01862

Unified Contracting, Inc. 381 Third St. Everett, MA 02149 J. D'Amico, Inc. 10 York Ave. Randolph, MA 02368 Sumco 6 Front St. Salem, MA 01970 M.C.M. Four A St. Burlington, MA 01803

R.C. & D., Inc. 17 Gordon Ave. Providence, RI 02905 iSqFt 5 Commonwealth Ave. Woburn, MA 01801 Charter 560 Harrison Ave. Boston, MA 02118 Argus Construction Corp. 363 Great Rd. Bedford, MA 01730

99

CR-5
AWARDING AUTHORITY: AGENCY: Pittsfield, City of 70 Allen St. Pittsfield, MA 01201 CONTACT

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 12-047

PROJECT: PHS Basement Renovations.

PHONE EMAIL:

413-499-9470

FAX: 413-499-9463

Colleen Hunter-Mullett, MCPPO

Burke Construction 6 Renfrew St. Adams, MA 01220 David J. Tierney, Jr., Inc. 169 Gale Ave. Pittsfield, MA 01201 iSqFt 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242-3728

Berkshire Carpet, Inc. 441 Curran Highway North Adams, MA 01247 Salco Construction 77 Fourth St. Pittsfield, MA 01201 Central Ceilings, Inc. 36 Norfolk Ave. South Easton, MA 02375

Gable Electric 5 Westview Rd. Pittsfield, MA 01201 M. & W. Heating 272 Hubbard Ave. Pittsfield, MA 01201 ProjectDog 18 Graf Rd. Suite 8 Newburyport, MA 01950

Interior Specialties 8 Sparrow St. Adams, MA 01220 Collins Electric Co. 446 Hubbard Ave. Pittsfield, MA 01201 Reed Construction Data 30 Technology Parkway South Su 500 Norcross, GA 30092 Geary Builders 165 East View Drive Cheshire, MA 01225

Comalli Electric 7 Westview Rd. Pittsfield, MA 01201

Sommer Electric 60 Printworks Drive Adams, MA 01220

Abide, Inc. P.O. Box 886 483 Shaker Rd. East Longmeadow, MA 01028 Ashley Swift & Sons 992 Massachusetts Ave. Suite 1 North Adams, MA 01247

Baystate Contracting Services 352 Albany St. Springfield, MA 01105


AWARDING AUTHORITY: AGENCY: Pittsfield, City of 70 Allen St. Pittsfield, MA 01201 CONTACT Colleen Hunter-Mullett, MCPPO

R.A.C. Builders, Inc. 12 School St. Agawam, MA 01001

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

PROJECT NUMBER:

12-050

PROJECT: Fence Installation on Dewey Ave.

PHONE EMAIL:

413-499-9470

FAX: 413-499-9463

Berkshire Fence 1625 West Housatonic St. Pittsfield, MA 01201


AWARDING AUTHORITY: AGENCY: Wendell, Town of Selectboard 9 Morse Village Rd. Wendell, MA 01379 CONTACT Margo Campbell

iSqFt 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242-3728

All American Fence 100 Marble St. Lee, MA 01238

Commonwealth Guardrail 132 Apremont Way Westfield, MA 01085

PROJECT NUMBER:

HWY01

PROJECT: Bridge Replacement at Cooleyville Rd. over Swift River.

PHONE EMAIL:

413-584-4776 margo.campbell@stantec.com

FAX: 413-584-3157

Hugo Key & Sons, Inc. P.O. Box 6 51 Americas Cup Ave. Newport, RI 02840

United Concrete Products 173 Church St. Yalesville, CT 06492

Dailey Precast LLC 295 Airport Rd. Shaftsbury, VT 05262

100

CR-5
AWARDING AUTHORITY: AGENCY: Wendell, Town of Selectboard 9 Morse Village Rd. Wendell, MA 01379 CONTACT Margo Campbell

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: HWY01

PROJECT: Bridge Replacement at Cooleyville Rd. over the Swift River.

PHONE EMAIL:

413-584-4776 margo.campbell@stantec.com

FAX: 413-584-3157

New England Infrastructure 13 Brent Drive Hudson, MA 01749


AWARDING AUTHORITY: AGENCY: Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02325

Kenefick Corp. 15 Edgeworth Rd. Quincy, MA 02171

PROJECT NUMBER:

FMP-12-147 (RFB No. 26 FY12)

PROJECT: Bridgewater State University Demolition at 41 and 47 Plymouth St. Properties: Furnishing of all labor, material and supervision necessary for the demolition and removal of the residences, including outbuildings, at 41 and 47 Plymouth St., Bridgewater, including shed/garage, greenhouse, foundations, septic/cesspool, rock well structure, driveway bituminous and concrete and back filled with clean fill. Work to start approximately 5/7/12 and be completed by 5/18/12. PHONE EMAIL: 508-531-2213 dchagnon@bridgew.edu FAX: 508-531-6130

CONTACT Diane Chagnon

iSqFt 4500 Lake Forest Drive Cincinnati, OH 45242 Costello Dismantling 2 Rocky Gutter St. Middleboro, MA 02346 Trident 62 Lacombe St. Marlborough, MA 01752 McDougall Brothers Enterprises 342 Ferry St. Marshfield, MA 02058

Federal Construction Corp. 50 Salem St. Lynnfield, MA 01940 R.J. Roy & Sons, Inc. 44 Center Hill Drive Plymouth, MA 02360 Dowling Corp. 713 Dedham St. Wrentham, MA 02093 J.R. Vinagro Crop. 2208 Plainfield Pike Johnston, RI 02919

Environmental Restoration 40 Messina Drive Braintree, MA 02184 Dandel Construction, Inc. 365 Concord St. Rockland, MA 02370 D.R. Peck Excavating 8 Little Farm Rd. Lakeville, MA 02347 Northern Paving, Inc. 20 Candlewood Lane Dennisport, MA 02639

NASDI, LLC 1365 Main St. Waltham, MA 02451 Francesco Demolition 12 Canoe Club Lane Pembroke, MA 02359 Foley Excavating 55 Old Fall River Rd. Seekonk, MA 02771 Laliberty Construction 14 Bosuns Lane Bourne, MA 02532

101

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: FMP-12-178 RFB No 24

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

PROJECT: Central Steam Plant Window Replacement and Brick Re-pointing: Abatement of existing hazardous materials and the installation of a metal window and overhead door system at the plant located at 34 Park Ave. at Bridgewater State University. Also, select painting, brick re-pointing and masonry cleaning is involved as described in the bid documents. Project to start on or about 5/16/12 and be completed by 11/21/12. PHONE EMAIL: 508-531-2213 dchagnon@bridgew.edu FAX: 508-531-6130

CONTACT Diane Chagnon

Chandler Architectural Products 418 High Plain St. Walpole, MA 02081

Webster Construction 53 Clapp St. Boston, MA 02125

Reed Construction Data 30 Technology Parkway South Norcross, GA 30092 Barr & Barr 260 Cochituate Rd. Framingham, MA 01701 Elizabeth Contracting 5 Wight Lane Westwood, MA 02090 Modern Glass & Aluminum 42 Eastman St. Easton, MA 02334 J.P. Masonry 29 Boardley Rd. Sandwich, MA 02563 Ace Restoration Co. 557 Main St. Medford, MA 02155

Roger A. Tremblay Contractors, 10 Colonial Rd. Salem, MA 01970 ProjectDog 18 Graf Rd. Newburyport, MA 01950 Vareika Construction 219 Walnut St. West Bridgewater, MA 02379 iSqFt 4500 Lake Forest Drive Cincinnati, OH 45242 Trident Environmental Group 62 Lacombe St. Marlborough, MA 01752

Northeast Energy Control Systems D.P. Masonry, Inc. 833D American Legion Highway 148 North Franklin St. Westport, MA 02790 Holbrook, MA 02343 Coulter Construction 27 Porter St. Billerica, MA 01821 Superior Abatement, Inc. 590 Washington St. Pembroke, MA 02359 Federal Construction Corp. 50 Salem St. Building A Lynnfield, MA 01940 Linwood Construction 331 Montvale Ave. Woburn, MA 01801 McGraw Hill 34 Crosby Drive Bedford, MA 01730 Wes Construction Corp. 650 Industrial Drive Halifax, MA 02338 Fontaine Masonry Restoration 10 Hartwell Ave. Southbridge, MA 01550 Folan Waterproofing 795 Washington St. Easton, MA 02375

102

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: UMA0801 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 the New Academic and Classroom Building at the University of Massachusetts, Amherst. PHONE EMAIL: 617-727-4003 FAX: 617-727-5514

John W. Egan Co., Inc. 3 Border St. Newtonville, MA 02465

N.B. Keneny Co., Inc. 68 Barnum Rd. Devens, MA 01434

Titan Roofing, Inc. 70 Orange St. Chicopee, MA 01013

P.J. Spillane Co. 97 Tileston St. Everett, MA 02149

Arden Engineering Constructors, L Superior Rail & Iron Works, Inc. 505 Narragansett Park Drive P.O. Box 546 Pawtucket, RI 0286 350 West St. East Bridgewater, MA 02333 J.F. White Contracting Co. P.O. Box 9020 10 Burr St. Framingham, MA 01701 Johnson Acoustics, Inc. 31 Pearson Way West Springfield, MA 01089 Avid Ironworks 40 Rose St. Springfield, MA 01104

Sullivan & Narey Construction Co The Berlin Steel Construction Co Inc. 5 Industrial Park Rd. West 214 Maple St. Oxford, MA 01540 Holyoke, MA 01040 Champlain Masonry, Inc. 8 Federico Drive Pittsfield, MA 01201 Northeast Painting Associates, In 881 North King St. Northampton, MA 01060

Bonomo Tile Co., Inc. 215 Bridge St. Dedham, MA 02026

Chabot & Burnett Construction Co Interstate Electrical Services Corp Inc. 70 Treble Cove Rd. 36 Ramah Circle North North Billerica, MA 01862 Agawam, MA 01001 Comalli Electric, Inc. 7 Westview Rd. Pittsfield, MA 01201 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938

Adams Plumbing & Heating, Inc. P.O. Box 126 65 Printworks Drive Adams, MA 01220 Greenwood Industries, Inc. 50 Howe Ave. Millbury, MA 01527 B-G Mechanical Contractors, Inc. 6 Second Ave. Chicopee, MA 01020

T.J. Conway Co. 26 Progress Ave. Springfield, MA 01104

R. & R. Window Contractors, Inc. One Arthur St. Easthampton, MA 01027 Joseph Cohn & Son Tile & Terrazz LLC 50 Devine St. North Haven, CT 06473

Fernandes Masonry, Inc. 1031 Phillips Rd. New Bedford, MA 02745

Chandler Architectural Products, 255 Interstate Drive West Springfield, MA 01089

AWARDING AUTHORITY: AGENCY: Development Finance Agency, Massachusetts (MassDevelopment) 33 Andrews Parkway Devens, MA 01434 CONTACT Mark Cohen PROJECT NUMBER: 12-009 PROJECT: Jodrey Pier Sewer Rehab, Gloucester.

PHONE EMAIL:

978-784-2911 mcohen@massdevelopment.com

FAX: 978-772-7496

Wallace Construction Corp. 206B King Philip St. Providence, RI 02909

National Water Main Cleaning 25 Marshall St. Canton, MA 02021

103

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: DDS 12-23

Developmental Services, Department of (DDS) Engineering Office 500 Harrison Ave. Room 163 Boston, MA 02118 CONTACT Sheila O'Brien

PROJECT: Replace siding at the Brook House, Templeton Developmental Center, Templeton.

PHONE EMAIL:

617-624-7887 Sheila.obrien@state.ma.us

FAX: 617-624-7576

Kosmos Construction 101 Washington St. Ayer, MA 01432 P.O. Roofing, LLC 3 Dolge Court Oxford, MA 01540
AWARDING AUTHORITY: AGENCY:

Theriault, LLC 6 Harrison St. Stoneham, MA 02180 S.I. Services 46 Crest Rd. Framingham, MA 01701

Sankaty Group, Inc. 2 Canal Park 5th Floor Cambridge, MA 02141 ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950

Kelkor, Inc. 57 Bellevue St. New Bedford, MA 02744 Architectural Roof Management, 17 Canal St. South Hadley, MA 01075

PROJECT NUMBER:

6704

Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT William Haynes

PROJECT: Expansion Joint Repair Construction 2.

PHONE EMAIL:

617-242-6000 barbie.aylward@mwra.state.ma.us

FAX: 617-788-4896

Ace Restoration Co., Inc. 557 Main St. Medford, MA 02155 C.D.C. News 1 Oak Brook Terrace Oak Brook, IL 60181 D.S. Brown Co. 300 East Cherry St. North Baltimore, MD 45872

ACME Waterproofing 241 West Water St. Rockland, MA 02370 Chapman Waterproofing Co. 395 Columbia Rd. Boston, MA 02125 Erie Metal Specialists, Inc. 13311 Main Rd. Akron, NY 14001

Aulson Co., Inc. 49 Danton Drive Methuen, MA 01844 Commercial Masonry Corp. 6 Resnick Rd. Plymouth, MA 02360 Fay Spofford & Thorndike, Inc. 5 Burlington Woods Burlington, MA 01803

Bond Brothers, Inc. 145 Spring St. Everett, MA 02149 Contracting Specialists, Inc. 453 South Main St. Attleboro, MA 02703 Folan Waterproofing & Construc Co. 795 Washington St. South Easton, MA 02375 J.F. White Contracting Co. 10 Burr St. Framingham, MA 01701 Reed Construction Data 30 Technology Parkway South Norcross, GA 30092-2912

Greenwood Industries, Inc. 50 Howe Ave. Millbury, MA 01527 McGraw Hill Companies 3315 Central Ave. Hot Springs, AR 71913 Sealcoating, Inc. 120 Industrial Park Rd. Hingham, MA 02043

Heritage Restoration, Inc. 170 Pleasant St. Rockland, MA 02370 P.J. Spillane Co., Inc. 97 Tileston St. Everett, MA 02149 Troutrun, Inc. 54 Pleasant St. North Attleboro, MA 02760

iSqFt 5 Commonwealth Ave. Woburn, MA 01801 R. Zoppo Corp. 160 Old Maple St. Stoughton, MA 02072 Unicon, Inc. 9A Derby Square Salem, MA 01970

104

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 7415

Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT Rick Adams

PROJECT: Fuel Oil Line Abandonment Deer Island Treatment Plant.

PHONE EMAIL:

617-242-6000 barbie.aylward@mwra.state.ma.us

FAX: 617-788-4896

C.D.C. News 1 Oak Brook Terrace Oak Brook, IL 60181 Fraser Engineering Co., Inc. 65 Court St. Newton, MA 02460 McConnell Enterprise, Inc. 60 Garden Park Braintree, MA 02184 Northeast Tank Services Co., Inc. 1150 Turnpike St. Stoughton, MA 02072

Charter Environmental, Inc. 560 Harrison Ave. Boston, MA 02118 Harding & Smith 2000 Main St. Walpole, MA 02081

Enpro Services, Inc. 12 Mulliken Way Newburyport, MA 01950 iSqFt 5 Commonwealth Ave. Woburn, MA 01801

Fay Spofford & Thorndike 5 Burlington Woods Burlington, MA 01803 J.F. White Contracting Co., Inc. 10 Burr St. Framingham, MA 01701 N.C.M. Demolition & Remediati 14 Jewel Drive Wilmington, MA 01887 T.M.C. Services, Inc. One William Way Bellingham, MA 02019

MECO Environmental Services, In Moran Environmental Recovery 75-D York Ave. 1119 Washington St. Randolph, MA 02368 Weymouth, MA 02189 R. Zoppo Corp. 160 Old Maple St. Stoughton, MA 02072 Reed Construction Data 30 Technology Parkway South Norcross, GA 30092

105

CR-4
AWARDING AUTHORITY: AGENCY: Adams, Town of 8 Park St. Adams, MA 01220

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: Adams Bid #12-005 PROJECT TYPE: PHONE: 413-743-8317 General Contract FAX: 413-743-8309 EMAIL: dcesan@town.adams.ma.us

CONTACT INFORMATION: Donna E. Cesan, AICP

DESCRIPTION: Roadway and Infrastructure Improvement Project on Gould Rd. and Thiel Rd., Phase I. Project includes excavation, pavement reclamation and new pavement, sanitary sewer system including pump station, water mains, renovation of water booster pump station, emergency generator, minor drainage improvements, roadside swales and other incidental work. CONTRACT AWARDED TO: D.R. Billings, Inc. 730 Cheshire Rd. Lanesboro, MA 01237 CONTRACT AMOUNT: $1,296,946.35

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Braintree, Town of Housing Authority 25 Roosevelt St. Braintree, MA 02184 CONTACT INFORMATION: Lauren Murphy DESCRIPTION: Community Room/Kitchen ADA Improvements. CONTRACT AWARDED TO: Vareika Construction 219 Walnut St. #1 West Bridgewater, MA 02379 PHONE: 781-848-1484

PROJECT NUMBER: 040045 PROJECT TYPE: General Contract FAX: 781-380-4333 EMAIL: lmurphy@braintreehousingauthority.org

CONTRACT AMOUNT: $49,700

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Easton, Town of Housing Authority Parker Terrace North Easton, MA 02356 CONTACT INFORMATION: Michael Forbes DESCRIPTION: Automatic Door installation in existing community buildings. CONTRACT AWARDED TO: D.C. Clymens Construction 31 Columbus Ave. North Easton, MA 02356-1822 PHONE: 508-238-4747

PROJECT NUMBER: 088024 PROJECT TYPE: General Contract FAX: 201 EMAIL:

CONTRACT AMOUNT: $22,212.00

Sub Contract Award:

106

CR-4
AWARDING AUTHORITY: AGENCY: Framingham, Town of Department of Public Works 110 Western Ave. Framingham, MA 01702 CONTACT INFORMATION: Amy L. Putney

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: PW-216 PROJECT TYPE: PHONE: 508-532-6040 General Contract FAX: 508-620-4884 EMAIL: alp@framinghamma.gov

DESCRIPTION: The Town of Framingham Department of Public Works invites sealed bids for the Grant and Pond Streets Water Replacement Project. This includes the replacement of approximately 24,000 linear feet of 6" and 8" water mains, valves, hydrants and appurtenances ranging from 80 and 100 years of age. These mains will be replaced with new 8" and 12" ductile iron cement lined water mains. The replacement of these mains will ensure better quality, water circulation and firefighting capabilities. CONTRACT AWARDED TO: DeFelice Corp. 28 Silva Lane Dracut, MA 01826 CONTRACT AMOUNT: $3,452,639.74

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Lynn, City of Purchasing Department 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT INFORMATION: Charles E. White DESCRIPTION: Masonry Restoration at the Lynn Multi-Service Center (aka the Old Post Office). CONTRACT AWARDED TO: Folan Waterproofing & Construction Co. Inc. 795 Washington St. South Easton, MA 02375 PHONE: 781-586-6893

PROJECT NUMBER: PROJECT TYPE: General Contract FAX: 781-477-7027 EMAIL: smiller@ci.lynn.ma.us

CONTRACT AMOUNT: $66,000.00

Sub Contract Award:

107

CR-4
AWARDING AUTHORITY: AGENCY: Marlborough, City of 140 Main St. Marlborough, MA 01752

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: Contract No. ED 2011-20 PROJECT TYPE: PHONE: 508-624-6910 General Contract FAX: 508-624-7699 EMAIL: mdascoli@marlborough-ma.gov

CONTACT INFORMATION: Mark Dascoli, Asst. Civil Engineer

DESCRIPTION: Reconstruction of Various Streets and Appurtenant Work. CONTRACT AWARDED TO: Loruso Corp. 3 Belcher St. Plainville, MA 02762 CONTRACT AMOUNT: $539,473.50

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Newton, City of 1000 Commonwealth Ave. Newton, MA 02459

PROJECT NUMBER: 12-55 PROJECT TYPE: PHONE: 617-796-1220 EMAIL: General Contract FAX: 617-796-1227

CONTACT INFORMATION: Maureen Lemieux

DESCRIPTION: Annual Installation of Epoxy Flooring and Related Systems. CONTRACT AWARDED TO: Capital Carpet & Flooring Specialists, Inc. 12 Walnut Hill Park Woburn, MA 01801 CONTRACT AMOUNT: $141,633.06

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: North Adams, City of Office of Community Development 10 Main St. North Adams, MA 01247 CONTACT INFORMATION: Michael F. Nuvallie, Director PHONE: 413-662-3025

PROJECT NUMBER: "Phase V-a Armory Ramp" PROJECT TYPE: General Contract FAX: 413-662-3149 EMAIL: ocd@northadams-ma.gov

DESCRIPTION: Removal of the failing concrete ramp at the former armory building and appurtenant improvements thereto. CONTRACT AWARDED TO: Burke Construction, Inc. 6 Renfrew St. Adams, MA 01220 CONTRACT AMOUNT: $43,334.00

Sub Contract Award:

108

CR-4
AWARDING AUTHORITY: AGENCY: Northbridge, Town of Town Administrator's Office 7 Main St. Whitinsville, MA 01588 CONTACT INFORMATION: Theodore Kozak

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 12003.00 PROJECT TYPE: PHONE: 508-234-2095 General Contract FAX: 508-234-7640 EMAIL: tkozak@northbridgemass.org

DESCRIPTION: Slate Roof Repair and Related Work at the Whitinsville Social Library. CONTRACT AWARDED TO: M.D.M. Engineering, Inc. 51 Sawmill Rd. Dudley, MA 01571 CONTRACT AMOUNT: $62,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Pittsfield, City of 70 Allen St. Pittsfield, MA 01201

PROJECT NUMBER: 12-045 PROJECT TYPE: PHONE: 413-499-9470 General Contract FAX: 413-499-9463 EMAIL: purchasing@pittsfieldch.com

CONTACT INFORMATION: Colleen Hunter-Mullett DESCRIPTION: Installation of Playground at Allendale School. CONTRACT AWARDED TO: Probuilt Construction 804 Webster St. Marshfield, MA 02050

CONTRACT AMOUNT: $18,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Southwick, Town of Housing Authority 12 Depot St. Southwick, MA 01077 CONTACT INFORMATION: Darlene Mitchell, Executive Director PHONE: 413-569-311

PROJECT NUMBER: 705 PROJECT TYPE: General Contract FAX: 413-569-1426 EMAIL: the.foremostauthority@verizon.net

DESCRIPTION: Installation of insulation and moisture barrier in single family dwellings in accordance with documents prepared by Engineering & land Solutions, Inc. CONTRACT AWARDED TO: Keltra Construction Services, Inc. 174 South Boulevard West Springfield, MA 01089 CONTRACT AMOUNT: $24,400.00

Sub Contract Award:

109

CR-4
AWARDING AUTHORITY: AGENCY: Winthrop, Town of Housing Authority 9 Golden Drive Winthrop, MA 02152 CONTACT INFORMATION: Peg Tiernan Lyons

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 346054 PROJECT TYPE: PHONE: 617-846-7100 EMAIL: General Contract FAX: 617-846-7581

DESCRIPTION: Replace existing windows with double-hung, vinyl windows in 667-2 development. CONTRACT AWARDED TO: L. & H. Construction, Inc. 99 Grove Rd. Medford, MA 02155 CONTRACT AMOUNT: $30,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Yarmouth, Town of Town Administrator's Office 1146 Route 28 South Yarmouth, MA 02664 CONTACT INFORMATION: Alyson Konkol PHONE: 508-362-8382

PROJECT NUMBER: PROJECT TYPE: General Contract FAX: 508-362-2828 EMAIL: alyson@capearchitects.com

DESCRIPTION: Renovation of the Former Police Station at 424 Route 28, West Yarmouth for the Department of Natural Resources Offices: Miscellaneous site work; selective demolition; foundations; masonry; rough and finish carpentry; insulation; interior finishes; doors; windows; roofing; HVAC; plumbing; electrical systems. CONTRACT AWARDED TO: Contractors Network, Inc. 38 Edmund St. East Providence, RI 02914 CONTRACT AMOUNT: $518,500

Sub Contract Award:

Robert Irvine & Sons, Seekonk Heating Services, American Electrical Construction, Inc.

AWARDING AUTHORITY: AGENCY: Blackstone Valley Vocational Regional School District 65 Pleasant St. Upton, MA 01568

PROJECT NUMBER: 2012-CP1 PROJECT TYPE: PHONE: 508-529-7758 ext. 3152 General Contract FAX: 508-529-4579 EMAIL: kjohnson@valleytech.k12.ma.us

CONTACT INFORMATION: Kurtis W. Johnson

DESCRIPTION: Site Clearing and Earthwork Preparation for 4.6 Acres of land located on Chestnut St. in Upton. CONTRACT AWARDED TO: J.E. Case, Inc. 1320 South Washington St. North Attleboro, MA 02760 CONTRACT AMOUNT: $289,500.00

Sub Contract Award:

110

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Cape and Vineyard Electric Cooperative, Inc. Superior Courthouse 3195 Main St. Barnstable, MA 02630 CONTACT INFORMATION: E. Mark Zielinski, Chief Procurement Officer PHONE: 508-375-6643

PROJECT NUMBER: PROJECT TYPE: General Contract FAX: 508-362-4136 EMAIL: mzielinski@barnstablecounty.org

DESCRIPTION: Design, procure, install, test, commission, maintain and operate solar photovoltaic operating systems at multiple locations. CONTRACT AWARDED TO: Broadway Electrical Co., Inc. 295 Freeport St. Boston, MA 02122 CONTRACT AMOUNT:

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Cape Cod Community College 2240 Iyannough Rd. West Barnstable, MA 02668

PROJECT NUMBER: J000112659 PROJECT TYPE: PHONE: 508-362-2131 FAX: EMAIL: jlebica@capecod.edu General Contract

CONTACT INFORMATION: John Lebica

DESCRIPTION: South Classroom Building Dental Hygiene Clinic Renovation. CONTRACT AWARDED TO: A.P. Whitaker & Sons, Inc. 652 West Center St. West Bridgewater, MA 02379 CONTRACT AMOUNT: $1,044,800

Sub Contract Award:

Resilient Flooring (09650): Capital Carpet and Flooring, $44,444. Painting (09900): Dandis Contracting Co., $20,980. Plumbing (15400): United Plumbing & Heating, $138,900. HVAC (15600): Seekonk Heating Services, $251,384. Electrical (16100): Mello Electric Co., Inc., $114,850.

AWARDING AUTHORITY: AGENCY: Developmental Services, Department of (DDS) Engineering Office 500 Harrison Ave. Boston, MA 02118 CONTACT INFORMATION: Sheila O'Brien PHONE: 617-624-7887

PROJECT NUMBER: DDS 12-22 PROJECT TYPE: General Contract FAX: 617-624-7576 EMAIL: sheila.obrien@state.ma.us

DESCRIPTION: Furnish and Install Three 20kw Electric Generators at Templeton Developmental Center, Templeton. CONTRACT AWARDED TO: Fall River Electric Associates Co. 74 Corneau St. Fall River, MA 02721 CONTRACT AMOUNT: $68,137.00

Sub Contract Award:

111

CR-4
AWARDING AUTHORITY: AGENCY: Fisheries and Wildlife, Division of 251 Causeway St. 4th Floor Boston, MA 02114

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: DFW-2012-007 PROJECT TYPE: PHONE: 617-626-1573 General Contract FAX: 617-626-1517 EMAIL: Kathleen.Plett@state.ma.us

CONTACT INFORMATION: Kathleen Plett

DESCRIPTION: Removal and disposal of existing shingled roofing system, installation of a new shingled roofing system, rough carpentry. CONTRACT AWARDED TO: One-Way Painting & Roofing, Inc. 44 Springvale Ave. Lynn, MA 01904 CONTRACT AMOUNT: $17,880.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst 140 Hicks Way Amherst, MA 01003

PROJECT NUMBER: UMA12-32 PROJECT TYPE: PHONE: 413-545-0361 General Contract FAX: 413-545-1643 EMAIL: proyer@admin.umass.edu

CONTACT INFORMATION: Peter Royer Associate Director of Procurement DESCRIPTION: Lincoln Campus Center Concourse Renovation. CONTRACT AWARDED TO: Marois Construction 262 Old Lyman Rd. South Hadley, MA 01075

CONTRACT AMOUNT: $640,000.00

Sub Contract Award:

Cat 095113 Acoustical Tile, Central Ceilings, Inc., $195,000; Cat 099000 Painting, John W. Egan Co., $27,240l; Cat 260001 Electrical, ICON West Corp., $130,800.

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Prison Point CSO Facility HVAC and Odor Control System Upgrade. CONTRACT AWARDED TO: Arden Engineering Constructors 505 Narragansett Park Drive Pawtucket, RI 02861 PHONE: 617-242-6000

PROJECT NUMBER: 6795 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $2,124,900

Sub Contract Award:

112

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Waste Oil Tank Replacement Prison Point CSO. CONTRACT AWARDED TO: CommTank, Inc. 84 New Salem St. Wakefield, MA 01880 PHONE: 617-242-6000

PROJECT NUMBER: OP-128 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $29,450

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Lynnfield/Saugus Pipeline Construction. CONTRACT AWARDED TO: Albanese Brothers, Inc. 28 Loon Hill Rd. Dracut, MA 01826 PHONE: 617-242-6000

PROJECT NUMBER: 6584 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $4,924,400

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Concrete and Steel Restoration and Coating Phase II. CONTRACT AWARDED TO: SOEP Painting Corp. 263 Commercial St. Malden, MA 02148 PHONE: 617-242-6000

PROJECT NUMBER: S489 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $809,300

Sub Contract Award:

113

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Metals Lab Fume Hood Replacement Deer Island Treatment Plant. CONTRACT AWARDED TO: Cox Engineering Co. 35 Industrial Drive Canton, MA 02021 PHONE: 617-242-6000

PROJECT NUMBER: 6197 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $955,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Installation of Second Gaseous Oxygen Line Ozone Building. CONTRACT AWARDED TO: William M. Collins, Inc. 410 Dorchester Ave. South Boston, MA 02127 PHONE: 617-242-6000

PROJECT NUMBER: 7085A PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $1,229,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Fire Alarm and Fire Sprinkler System Service. CONTRACT AWARDED TO: Simplex Grinnell 63 Nahant St. Norwood, MA 02062 PHONE: 617-242-6000

PROJECT NUMBER: OP-147 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $609,750

Sub Contract Award:

114

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Phase VII Valve Replacement. CONTRACT AWARDED TO: R.J.V. Construction Corp. 21 Lincoln St. Canton, MA 02021 PHONE: 617-242-6000

PROJECT NUMBER: 6436 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $2,385,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Ultraviolet Disinfection Facility. CONTRACT AWARDED TO: Daniel O'Connells Sons, Inc. 480 Hampden St. Holyoke, MA 01040 PHONE: 617-242-6000

PROJECT NUMBER: 6924 PROJECT TYPE: General Contract FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $29,413,382

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Sludge Pump and Piping Replacement Digester. CONTRACT AWARDED TO: Camp Dresser & McKee, Inc. One Cambridge Place 50 Hampshire St. Cambridge, MA 02139 Sub Contract Award: PHONE: 617-242-6000

PROJECT NUMBER: 7055A PROJECT TYPE: Designer Services FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $962,465.55

115

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129 CONTACT INFORMATION: Barbie Aylward DESCRIPTION: Section 36 Watertown Waltham Connection. CONTRACT AWARDED TO: Green International Affiliates, Inc. 239 Littleton Rd. Westford, MA 01886 PHONE: 617-242-6000

PROJECT NUMBER: 6540 PROJECT TYPE: Designer Services FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

CONTRACT AMOUNT: $2,988,492

Sub Contract Award:

116

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: Cambridge, City of 795 Massachusetts Ave. Cambridge, MA 02139

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 6/14/12

5795

11:00 A.M.

CONTACT INFORMATION: Cynthia H. Griffin TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617-349-4310

FAX

617-349-4008

Email: jdillon@cambridgema.gov

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The Cambridge Public Schools is seeking proposals for approximately 7,500 square feet of space to serve as a school bus storage yard. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION The Request for Proposal may be downloaded from the City's website at www.cambridgema.gov, following the links to Online Services, Purchasing Current Bid list, Regular RFP.

AWARDING AUTHORITY: AGENCY: Dracut, Town of 62 Arlington St. Dracut, MA 01826

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 6/8/12

CONTACT INFORMATION: Dennis E. Piendak TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 978-452-1227

FAX

978-452-7924

Email: townmanager@dracut-ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Two-family home with lot of land consuming 9,878 square feet. Pursuant to M.G.L. c. 30B, 16, notice is given of the intent of the Town of Dracut to waive advertising requirements for the purchase of property located at 50 Arlington St., shown on Assessor's Map 52 Lot 4. The subject property is improved with a two-family home that is across the street from the location for a new Town Hall. The unique location of the subject property across the street and adjacent to the Public Library and Town Hall lends itself to being acquired adding it to the Town Hall site for additional parking. ESTIMATED VALUE, SOURCE OF VALUATION: $8 Million appropriation. ADDITIONAL INFORMATION Because of this unique characteristic and location the Town Manager has determined that advertising will not benefit the Towns interest. The property would be purchased with a previously approved appropriation of $8 million for Town Hall construction. The 11/4/11 Dracut Town Meeting unanimously adopted a motion to include land acquisition for the Town Hall project.

117

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: Hinsdale, Town of Board of Selectmen 39 South St. Hinsdale, MA 01235 CONTACT INFORMATION: Kerri Striebel TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 413-655-2245

PROJECT NUMBER:

Lot 4, South Street

PROPOSAL DEADLINE DATE AND TIME: 6/8/12 FAX 413-655-8807 3:00 P.M.

Email: hinsdalema.treasurer@verizon.net

SALE

LEASE

DESCRIPTION OF PROPERTY: Assessor's map 107, lot 4, South St., Hinsdale, approximately 10.5 acres of vacant land. Land to be sold "as-is". ESTIMATED VALUE, SOURCE OF VALUATION: $54,000, by assessment, Zone R2. ADDITIONAL INFORMATION The Request for Proposals will be available at the above agency address. Please call 413-655-2314 with any questions.

AWARDING AUTHORITY: AGENCY: Phillipston, Town of 50 The Common Phillipston, MA 01331

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 6/8/12 9:00 A.M.

CONTACT INFORMATION: Katharine Lord Klein TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617-654-1834

FAX

617-654-1735

Email: kklein@k-plaw.com

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Approximately 53 acres of conservation land located at 75-115 Baldwin Hill Rd., Phillipston, Worcester County, being Map 44, Lots 1, 1C and 8, less a seven acre excluded portion. ESTIMATED VALUE, SOURCE OF VALUATION: $180,000 purchase price by Appraisal. ADDITIONAL INFORMATION Property Owners: Reginald C. Haughton, Sr. and Emelda A. Haughton, 95 Baldwin Hill Rd., Phillipston.

118

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: Springfield, City of Office of Procurement 36 Court St. Room 307 Springfield, MA 01103 CONTACT INFORMATION: Lauren Stabilo TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 413-787-6284

PROJECT NUMBER:

Bid No. SPG-12-397

PROPOSAL DEADLINE DATE AND TIME: 6/8/12 FAX 413-787-6295 2:00 P.M.

Email: lstabilo@springfieldcityhall.com

SALE

LEASE

DESCRIPTION OF PROPERTY: Minimum of 7850 sq ft NUA for the Juvenile Assessment Center for occupancy by 7/1/12. The Juvenile Assessment Center must contain both public and secure areas, separate, secure, dormitory spaces, two sets of separate bathrooms and showers accessible to the handicapped, three conference rooms, a kitchen facility, a minimum of 11 office spaces, three entrances, a staff locker room, computer/phone/security wiring, all spaces at ground or first floor level, garage with sally port and a roof that will accept microwave dish/antenna. The building and its systems must be appropriate for use on a 24-hour daily basis. The property must be within the City of Springfield and adaptable for use as described in the proposal specifications. ESTIMATED VALUE, SOURCE OF VALUATION: $110,000/Year. ADDITIONAL INFORMATION Briefing 5/23/12 at 10:00 A.M. at the Police Department Commission Room, 130 Pearl St., Springfield. Contact Captain Eugene Dexheimer at 413-787-6360 or 413-787-6891. Bid documents and specifications are available at the above agency address or online at www.comm-pass.com.

AWARDING AUTHORITY: AGENCY: Waltham, City of Purchasing Department 610 Main St. Waltham MA 02452 CONTACT INFORMATION: Joseph P Pedulla, CPO TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 781-314-3244

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 6/14/12 FAX Email: jpedulla@City.waltham.ma.us 10:00 A.M.

SALE

LEASE

DESCRIPTION OF PROPERTY: The City of Waltham will hold a public auction for the sale of 73 Charles St., Waltham, 1,986 square feet. ESTIMATED VALUE, SOURCE OF VALUATION: $124,800, City of Waltham Board of Assessors. ADDITIONAL INFORMATION Inspection date: 5/21/12 at 10:00 A.M. at the site. Pre qualification date is 5/30/12 at 12:00 P.M. Copies of the auction packet can be obtained at www.city.waltham.ma.us/open-bids or by email request to jpedulla@City.waltham.ma.us.

119

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: Wellesley, Town of Board of Selectmen 525 Washington St. Wellesley, MA 02482 CONTACT INFORMATION: Christopher Ketchen TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 781-431-1019

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 6/13/12 FAX Email: cketchen@wellesleyma.gov

SALE

LEASE

DESCRIPTION OF PROPERTY: Land and buildings (348,480 square feet, more or less) at 900-910 Worcester St., Wellesley. In accordance with M.G.L. c. 30B, 16(e)(2), the Selectmen have determined that advertising will not benefit the Towns interest because the parcel of land to be purchased is unique to the Towns needs in terms of its size, availability and accessibility for municipal purposes. $3,800,000 negotiated purchase price set forth in a purchase and sale agreement, subject to approval at a Special Town Meeting called for 6/13/12. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION The parties having a beneficial interest in the property are: The Roman Catholic Archbishop of Boston, a corporation sole having an address of 66 Brooks Drive, Braintree, MA 02184.

AWARDING AUTHORITY: AGENCY: Agricultural Resources, Department of 251 Causeway St. Suite 500 Boston, MA 02114-2151

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

FLT/Fournier

CONTACT INFORMATION: Barbara Hopson TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-548-1906

FAX

413-548-1901

Email: barbara.hopson@state.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Purchase of an Agricultural Preservation Restriction (APR) under M.G.L. c.184, 32 on 106.55 acres of unique farmland located at Glendale Rd. in Southampton, Hampshire County. The Commonwealth will pay $367,000. The town of Southampton will provide a $63,000 local match. ESTIMATED VALUE, SOURCE OF VALUATION: $430,000, APR value determined by appraisal. ADDITIONAL INFORMATION Beneficial Interests: Franklin Land Trust, Inc. and/or the Town of Southampton and/or Bruce A.Fournier and/or Donna A. Fournier.

120

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: Agricultural Resources, Department of 251 Causeway St. Suite 500 Boston, MA 02114-2151

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

Land

CONTACT INFORMATION: Barbara Hopson TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-548-1906

FAX

413-548-1901

Email: barbara.hopson@state.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Purchase of an Agricultural Preservation Restriction (APR) under M.G.L. c. 184, 32 on 15 acres of unique farmland located at Warren Wright Rd. in Belchertown, Hampshire County, MA. The Commonwealth will pay $130,500. The Town of Belchertown and/or the owner will provide a $14,500 local match and/or bargain sale depending on availability of local funds at closing. ESTIMATED VALUE, SOURCE OF VALUATION: $145,000, APR value determined by appraisal. ADDITIONAL INFORMATION Beneficial Interests: Edward C. Land, Jr. and/or the Town of Belchertown and/or The Kestrel Trust.

AWARDING AUTHORITY: AGENCY: Conservation and Recreation, Department of (DCR) 251 Causeway St. Suite 700 Boston, MA 02114

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 6/20/12 5:00 P.M.

CONTACT INFORMATION: Kevin Allen TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617-626-1361

FAX Email: kevin.allen@state.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Request for Proposals for the Rehabilitation and Reuse of the Upton CCC Camp Buildings, Upton State Forest. The Department of Conservation and Recreation (DCR) announces the release of a Request for Proposals for the rehabilitation, reuse and maintenance of the 1935 Civilian Conservation Corps (CCC) Camp Cottage and Administration Building in Upton State Forest, Upton. The RFP seeks proposals from parties interested in providing historic preservation services in return for a long term lease. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Information is available online at www.mass.gov/dcr/stewardship/curator. Hard copies of the RFP are available by email request to HCP.Requests@state.ma.us or by mail to the above agency address, 617-626-1361.

121

Page 1 of 2

DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE OFFICE OF LEASING AND STATE OFFICE PLANNING ONE ASHBURTON PLACE, 14th FLOOR ROOM 1411 BOSTON, MASSACHUSETTS 02108 617-727-8000 WEEK OF MAY 6, 2012 LEASED SPACE SOUGHT FOR STATE AGENCIES The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease. Deadline Project # User Agency Space Type Usable Sq. Ft. (USF) 05/24/12 2:00 PM 201223000.1 The Department of Children and Families, the Department of Transitional Assistance and the Department of Developmental Services of the Executive Office of Health and Human Services Office Approximately 33,400 to house DCF, DTA and DDS together 1 OR Approximately 18,000 to house DTA and DDS together 1 OR Approximately 16,100 to house DCF alone Locations Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough, Stow, Sudbury, Wayland, Wellesley, or Weston

06/07/12 2:00 PM

201229000.1

Department of Developmental Services

5-Bedroom Group Homes 4-Bedroom Group Homes

Approximately 2,600 to 2,975 2 Approximately 2,600 to 2,950 2

Agawam, Athol, Belchertown, Bellingham, Blackstone, Bernardston, Buckland, Chicopee, Deerfield, Easthampton, East Longmeadow, Franklin, Florence, Granby, Greenfield, Hadley, Hampden, Holyoke, Hopedale, Hatfield, Haydenville, Longmeadow, Ludlow, Mendon, Milford, Millville, Montague, Northampton, Orange, Shelburne, Southampton, South Hadley, Springfield, Sunderland, Upton, Ware, Westfield, Westhampton, West Springfield, Wilbraham, or Williamsburg

06/14/12 2:00 PM

201231000.1

The Department of Children and Families, and the Department of Transitional Assistance of the Executive Office of Health and Human Services

Office

Approximately 75,400 to house DCF and DTA together 1 OR Approximately 49,600 to house DCF alone 3 OR Approximately 26,600 to house DTA alone 3 OR Approximately 40,000 to house the local client service office of DCF alone 3 OR Approximately 8,700 to house the legal and regional office of DCF alone 3

Page 2 of 2 Auburn, Boylston, Hardwick, Holden, Leicester, Millbury, New Braintree, Paxton, Rutland, Shrewsbury, West Boylston, West Millbury, or Worcester

____________________________________________________________________________________________________________________________
1 2

Ten years Thirty year lease purchase agreement. DCAM is seeking up to six 5-Bedroom Group Homes, and two 4-Bedroom Group Homes. Seven years

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

201161000.1

Committee for Public Office Counsel Services Committee for Public Office Counsel Services

Approximately 6,100 Approximately 14,000

Lowell

201164000.1

Boston, as further defined in Map Attachment

201170000.1

Committee for Public Office Counsel Services

Approximately 4,500

Salem

201215000.1

Committee for Public Counsel Services

Office

Approximately 2,600

Hadley or Greenfield

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

MASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTECTION

DIVISION OF WATERPOLLUTIONCONTROL SOUTHEAST REGIONALOFFICE 20 RIVERSIDE DRIVE LAKEVILLE, MASSACHUSETTS 02347 TELEPHONE(508) 946-2757

PUBLICNOTICE
GROUND WATER PERMIT APPLICATION

Notice is hereby given that the following application for ground water discharge permit is being processed and that the following actions being proposed thereon pursuant to Section 43 of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06:

APPLICANT PERMIT NO

Marshfield Marshfield,
BE #3-653

School Department, Massachusetts

76 South

River

St

FACILITY LOCATION

Marshfield 167 Forest

School Street,

Complex, Marshfield,

Massachusetts

TYPE OF DISCHARGE: treated


QUANTITY OF DISCHARGE:

wastewater
gallons per day to issue ,permit

30,000

PROPOSED ACTION:

Tentative

Determination

A copy of the application, basis or fact sheet relative to from the Department at 'the ~bove Comments on the proposed action thereon pursuant to 314 CMR 2.07 Department at the above address notice.

draft permit and statement of the draft permit may be obtained address and telephone number. or requests for a public hearing must be filed with the within thirty (30) days of this

Jeffrey Bureau

E. Gould of Resource

Protection

MASSACHUSETTS

PUBUC NonCE DEPARTMENT OF ENVIRONMENTAL

PROTEcnON

METROPOUTAN BOSTON/NORTHEAST REGION


BUREAU OF RESOURCE PROTEcnON

WATER POLLunON CONTROL


205B LOWELL STREET WILMINGTON, MASSACHusms 01887

TEL. (978) 694 3200

Pursuant to Chapter 21, Section 43 of the general laws, and Regulations 314 CMR 7 and 2.06, notice is given of the following application for sewer extension permit and the action the Department proposes to take:

CI1Y/TOWN OF:
PROJECT NAME

WILMINGTON
WILMINGTON HIGH SCHOOL PUMP STATION AND FORCE MAIN

APPUCANT:

TOWN OF WILMINGTON

LOCATION:
PURPOSE:

Around 159 CHURCH STREET (WILMINGTON HIGH SCHOOL)


SEWER CONNEcnON/EXTENSION MAIN WITH PUMP STATION AND FORCE

TRANSMI1TALNO

X250750

The above application and the draft permit, along with applicable laws, regulations and procedures are available for inspection at the above address. Comments on the proposed action or a request for a public hearing on the proposed action must be received at the above address on or before May 25, 2012. .

Eric Worrall Bureau of Resource Protection

The Commonwealth of Massachusetts


Executive Office for Administration and Finance Division of Capital Asset Management
One Ashburton Place Boston, Massachusetts 02108
DEVAL L. PATRICK
GOVERNOR

Tel: (617) 727-4050 Fax: (617) 727-5363

JAY GONZALEZ
SECRETARY ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY
LIEUTENANT GOVERNOR

CAROLE CORNELISON
COMMISSIONER

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

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

Address 80 First Street Bridgewater, MA 02362

Status Suspended

Effective Dates October 22, 2010 through October 22, 2011

THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL


100 CAMBRIDGE STREET BOSTON, MASSACHUSETTS 02114
(617) 727-2200 (617) 727-4765 TTY www.mass.gov/ago

DEBARMENT LIST: April 11, 2012 1. Milton Marder of 18 Maple Street, Maynard, MA 01754, is debarred for a period of 8 years beginning March 16, 2005 through March 15, 2013. Rand Stoneworks, Inc. of 326 U.S. Route 1, Scarborough, ME 04074 and John Jeffrey Rand, its president, of 46 Belfield Road, Cape Elizabeth, ME 04107, are debarred for a period of 10 years beginning March 14, 2007 through March 13, 2017. Bay State Painters and Josephine Christopoulos, both of 10 Danielle Drive, Danvers, MA 01913, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning April 7, 2008 through April 6, 2013. LVR Corporation, of 88 Foundry Street, Wakefield, MA 01880, and Lawrence V. Roy, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning September 27, 2010 through September 26, 2012. KM Services, Inc., of 71 South Street, Avon, MA 02322, and Kevin M. Edwards, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning November 5, 2010 through November 4, 2012. 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. 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. Wave Environmental, Inc., of 211 Chelmsford Street, Lowell, MA, 01851, Danny Div and Adam Gnek, its owners, have been debarred pursuant to M.G.L. c. 149, 27C , beginning June 10, 2011 through June 9, 2016. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA, 01960, Maureen E. Albright, and Alan P. Rose, its owners, have been debarred pursuant to M.G.L. c. 149, 27C, beginning May 9, 2011 through May 8, 2012. Unlimited Removal & Demolition, Inc., of 51 Monroe Street, Lynn, MA 01901, and Esteban L. Acosta, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning May 11, 2011 through May 10, 2012.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

Mark Pech, of 106 Westford Street, Lowell, MA 01851, has been debarred pursuant to M.G.L. c. 149, 27C, beginning August 16, 2011 through August 15, 2016. All Washed Up Mobile Washing, Inc., of 42 Trescott Street, Taunton, MA 02780, and Jason E. Graca, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning July 28, 2011 through July 27, 2012. MB Concrete Contractors, Inc., of 140 Commonwealth Avenue, Unit 27, Attleboro Falls, MA 02763, and Brittan Huntington, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning August 3, 2011 through August 2, 2012. LHS Construction Corporation, of 1138 Route 28A, Cataumet, MA 02534 and Kent Haven, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning July 29, 2011 through July 28, 2012. J.P. Sons Roofing, of 18 Gerson Street, Lowell, MA 018502 and John Ponte, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning September 27, 2011 through September 27, 2012. Northeast Pipe Works, Inc., of 1705 Beryl Way, Watervliet, NY 12189, and Dennis Beckert, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning September 27, 2011 through September 26, 2012. Cape Ann Equipment, LLC, of 334 Clark Street, North Andover, MA 01845, and Bruce A. Ross, its owner, have been debarred pursuant to M.G.L. c. 149, 27C beginning October 28, 2011 through October 27, 2012. Stonehouse Glass and Aluminum, Inc., of 472 Amherst Street, Nashua, NH, 03063, and Shaun Foley, its owner, have been debarred pursuant to M.G.L. c. 149, 27C beginning October 28, 2011 through October 27, 2012. BOJ Construction, of 53 Main Street, Plymouth, MA, 02360, and Joel Thiesson, Brian Fester and Brian Johnson, its owners, have been debarred pursuant to M.G.L. c. 149, 27C beginning November 9, 2011 through November 8, 2012. Newton Contracting Company, of 69 Howard Street, Watertown, MA 02472, Antoinette Capurso-Bryan and Shaun Bryan, its owners, have been debarred pursuant to M.G.L. c.149, 27(a)(1) beginning January 6, 2012 through January 5, 2017. Champion Builders, LLC, of 134 Terryville Road, Bristol, CT 06010 and Tessy Damboise, its owner, have been debarred pursuant to M.G.L. c.149, 27C beginning January 5, 2012 through January 4, 2013. West Florida Flooring, Inc., of 4720 Tacht Harvor Drive, Pensacols FL, 32514, and Ornan Ramos, have been debarred pursuant to M.G.L. c. 149, 27C beginning March 7, 2012 through February 22, 2013.

12.

13.

14.

15.

16.

17.

18.

19.

20.

21.

22.

~
:;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. govIEl wdl docs/ dialinvestigations/ debarment _list.x1s

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO) Company: Advanced Engineering Design, Inc. Mr. Reginald Waters 6525 Belcrest Road, Suite 526 Hyattsville, MD 20782 (301)683-2112 Fax:(240)465-0653 gblaize@aedworld.com http://www.aedworld.com Supplier Diversity Office DBE April 26, 2012 Alexis Design Ms. Alexis Neubert 5 Strong Avenue, Suite 201 Northampton, MA 01060 (413)584-1640 alexis@alexisdesignstudio.com http://www.alexisdesignstudio.com Supplier Diversity Office WBE and DBE April 19, 2012 Alpha Office Supplies, Inc. Mr. Terrill Brown 2066 W. Hunting Park Avenue Philadelphia, PA 19140 (215)226-2690 x232 Fax:(215)223-0321 terrill.brown@alphaos.com http://www.alphaos.com Supplier Diversity Office MBE April 19, 2012 B&R Project Management, Inc. Ms. Barbara Coleman 7192 S. Perth Street Aurora, CO 80016 (303)304-2098 Fax:(720)747-1001 bcoleman@br-pm.com http://www.br-pm.com Supplier Diversity Office DBE April 19, 2012

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date:

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO) Company: CWRS & Property Preservation, LLC Ms. Sonia P. Hart 44 Intervale Street Dorchester, MA 02121 (617)777-4331 Fax:(617)276-3811 allhart43@msn.com Supplier Diversity Office MBE, WBE and DBE April 19, 2012 Electrical Construction Services, LLC Mr. Steven Gouveia 434 Alden Street Fall River, MA 02747 (508)324-1800 Fax:(508)324-1801 steve@ecselectrical.net http://www.ecselectrical.net Supplier Diversity Office DBE April 19, 2012 KT & T Distributors, Inc. Mr. Kevin Porter 76 Northeastern Blvd., Unit 38 Nashua, NH 03062 (603)809-6638 Fax:(603)888-7333 kevin@kttdistributors.com http://www.kttdistributors.com Supplier Diversity Office DBE April 19, 2012 Michelle McGrath & Associates Ms. Michelle Tricarico 56 Cotton Avenue Braintree, MA 02184 (781)843-8418 Fax:(781)848-8418 michelle@mcgrathandassoc.com http://www.mcgrathandassoc.com Supplier Diversity Office WBE and DBE April 19, 2012

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date:

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO) Company: Nightingale Group, LLC Ms. Marcy Venezia P O Box 272 Canton, MA 02021 (781)830-9559 Fax:(781)830-9559 mvenezia@nightingalegroup.net http://www.nightingalegroup.net Supplier Diversity Office WBE April 26, 2012 Raul Batallas Electric Mr. Raul Batallas 49 Belmont Street Fitchburg, MA 01420 (978)400-5291 Fax:(978)400-5291 raulbatallaselectric@verizon.net Supplier Diversity Office MBE and DBE April 19, 2012 Shaheen & Associates, Inc. Mr. William Shaheen 37 Maple Avenue Armonk, NY 10504 (914)273-9000 Fax:(914)273-5188 w.shaheen@shaheeninc.com http://www.shaheeninc.com Supplier Diversity Office WBE April 26, 2012 Standard Modern Company, Inc. Ms. Linda Smith 47 Pleasant Street Brockton, MA 02301 (508)586-4300 Fax:(508)584-4566 lsmith@standardmodern.com http://www.standardmodern.com Supplier Diversity Office DBE April 19, 2012

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date:

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO) Company: Ullabritt Lam d/b/a: The Red Apple Ms. Ullabritt Lam 10 Ledge Road Gloucester, MA 01930 4224 (978)283-5161 ulla@theredapple.com http://www.theredapple.com Supplier Diversity Office WBE April 26, 2012

Certified by: Classification: Effective Date:

COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office (SDO) Company: Kittredge & Sons, Inc. 18 Bonazzoli Avenue Hudson, MA 01749 Supplier Diversity Office WBE April 18, 2012 Moving Beyond Coaching & Consulting 27 Symonds Street, #3 Salem, MA 01970 Supplier Diversity Office WBE April 18, 2012 Periwinkle Studio 135 Hovendon Avenue Brockton, MA 02302 Supplier Diversity Office WBE April 18, 2012 Sullivan & Sullivan Auctioneers LLC 137 South Street Boston, MA 02111 Supplier Diversity Office WBE April 18, 2012 Timber Harvesters Equipment Corp. 236 Parkerville Road Southborough, MA 01772 Supplier Diversity Office WBE and DBE April 18, 2012

Withdrew: Classification: Effective Date: Company:

Decertified: Classification: Effective Date: Company:

Decertified: Classification: Effective Date: Company:

Decertified: Classification: Effective Date: Company:

Decertified: Classification: Effective Date:

The Commonwealth of Massachusetts


Executive Office of Administration and Finance Designer Selection Board One Ashburton Place, 10th Floor, Room #1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE #12-07 May 9, 2012 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 #12-07. Applicants are requested to submit a separate Designer Selection Board Application Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB Master File Brochure and the DSB Application Form (updated July 2011) are available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the latest forms. Application closing date for projects on DSB List #12-07 is 2:00 p.m., WEDNESDAY, May 30, 2012. The advertisements may be found on the web by going to the DSB web-site at www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. This Public Notice, including attachments, may be duplicated by any and all interested. Please note the following: This Public Notice #12-07 includes: (a) the procedures for conforming to M.G.L. C.7, 40N, Executive Orders 524 and 526 regarding Affirmative Market and Minority and Women Owned Business Participation.

ALL APPLICATIONS MUST BE SUBMITTED ON THE DSB APPLICATION FORM (Updated July 2011) (ENCLOSED HEREIN) FAILURE TO USE THE ABOVE FORM MAY BE THE BASIS FOR REJECTION OF YOUR APPLICATION.

Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD

The Commonwealth of Massachusetts


Executive Office of Administration and Finance Designer Selection Board One Ashburton Place, 10th Floor, Room #1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE TO: The Republican Designer Selection Board May 1, 2012 Classified Legal Advertisement 1860 Main Street, Legal Ads Springfield, 01101

FROM: DATE: SUBJECT:

On May 11, 2012, please insert one day only, the below approximate 2 column 2 inch classified legal advertisement of the Designer Selection Board. Submit proof of advertisement attached to your invoice. Please refer to P.O. #GAE FIXD #11802.

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

Engineers and architects are advised that DSB Project List #12-07, dated May 9, 2012 describing 01 Division of Capital Asset Management and Maintenance projects is now available at www.mass.gov/dcam/dsb PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

APPLICANTS PLEASE NOTE:


The following requirements were implemented on the following dates and continue to be requirements. October 2011 Form Request Update: An electronic copy of the completed Application Form and Master File Brochure Form in CD format, are no longer requested. July 2011 APPLICATION UPDATE: Section #12 has been changed to read as follows: Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary). Please use Updated July 2011 DSB Application Form. February 2011 APPLICATION UPDATE: Added to Section #9 Number of Total Projects; Number of Active Projects; and Total Construction Cost (In Thousands) of Active Projects (excluding studies). Please use Updated February 2011 DSB Application Form. MBE/WBE UPDATE: SOMWBA is now known as SDO. The State Office of Minority and Women Owned Business Assistance (SOMWBA) and the Affirmative Market Program (AMP) merged on May 1, 2010 to create a new Massachusetts Supplier Diversity Office (SDO). March 2010 MBE/WBE Participation: Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form) and submit all necessary forms. July 2009 CLARIFICATION: Electronic signatures are accepted for the Sub-consultant Acknowledgement forms. June 2009 CORRECTION: The statement below only applies to all OUT OF STATE PRIME FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firms State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must, illustrate as above, that they are registered to do business with the Secretary of State of the Commonwealth of MA. May 13, 2009 Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SOMWBA certifications are clearly marked ORIGINAL. May 2009 All sections of the Application Form must be answered. If any are left unanswered then the applicant will be REJECTED. In question #12, do not answer with N/A. Use either YES or NO with appropriate information. If an applicant receives notice, after the application has been submitted, and prior to consideration by the DSB, that one or more of their sub-consultants has received notice of termination/resignation by the firm with whom they work, the applicant must submit a written confirmation by that firm to the DSB with the proposed replacement. The replacement must be registered in the Commonwealth of Massachusetts.

March 2009 CLARIFICATION: DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements. September 2008: CORRECTION: The statement below only applies to all OUT OF STATE FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firms State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must insure they are registered to do business with the Secretary of State of the Commonwealth of MA. August 2008: Master File Brochure Change: Question 1b Mass. Vendor ID# replaced by Federal ID #. July 2008: In the future it will only be necessary to attach SOMWBA Certification forms for MBE and WBE and Subconsultant Acknowledgement forms to ONE (ORIGINAL) copy of the applications and NOT all sixteen (16) copies. Application Change: Copies for DSB 2005 Application change from 15 April 2008: Application Changes: Question 2a - Changed from Project # to DSB #, Item # and Question 12 Professional Liability Claims Changed from 7 to 5 years. January 2008: In reference to April 2007, display only applications e.g. PDF format are NOT acceptable. October 2007: A person may not submit more than one application as a prime applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other prime" applications on the same project. For the purposes of this paragraph the term person means an individual, corporation, association, partnership or other legal entity. April 2007: Application Change: An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software is to be included with the submitted update. Application Change: Question #9 Construction Cost replaced Project Cost April 2006: Change of address. As of April 3, 2006, all future correspondence should be delivered to One Ashburton Place, 10th Floor, Room 1004, Boston, MA 02108. February 2006: Please be sure to use the latest forms when applying for State funded projects. It is the responsibility of the Prime applicant to ensure all of their sub-consultants also use the current application forms. Failure to do so will be grounds for the application to be rejected.

to 16 copies.

DSB MASTER FILE BROCHURE (Updated January 2012) In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information. Electronic copies of the forms are available at the following Commonwealths Web site: www.mass.gov/dcam/dsb

CHAPTER 579 In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following:
1.

Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB selection process. (See M.G.L. C.7, 38G). If designers fee is negotiated, he must file a truth-in-negotiations certificate. (Revised to M.G.L. C.7, 38G per Chapter 189 of 1984). There can be no change in consultants from those named on the DSB application unless approved by the Commissioner and reported to the DSB. The director may require a Consultant employed by the designer to obtain and maintain liability insurance. Section 38G (a) In the selection of a designer when the fee for design services has been set by the commissioner prior to the selection process, the commissioner shall appoint a designer from among the list transmitted to him or her under section thirty-eight F. If the commissioner appoints any designer other than the one ranked first by the board, he or she shall file a written justification of the appointment with the board.
(b) When the fee for design services is to be negotiated, the commissioner shall review the list

2.

transmitted by the board, and may exclude any designer from the list if a written explanation of the exclusion is filed with the board. The commissioner shall then appoint a designer based on successful fee negotiation. The commissioner or persons designated by him or her shall first negotiate with the first ranked designer remaining on the list. Should the commissioner be unable to negotiate a satisfactory fee with the first ranked designer within thirty days, negotiations shall be terminated and negotiations undertaken with the remaining designers, one at a time, in the order in which they were ranked by the board, until an agreement is reached. In no event may a fee be negotiated which is higher than a maximum fee set by the commissioner prior to selection of finalists. Should the commissioner be unable to negotiate a satisfactory fee with any designer initially selected as a finalist by the board, the board shall recommend additional finalists in accordance with the provisions of this chapter. The commissioner may require a finalists with whom a fee is being negotiated to submit a fee proposal and include with it such information as the commissioner requires to provide current cost and pricing data on the basis of which the designers fee proposal may be evaluated.
(c) All fees shall be stated in designers contracts and in any subsequent amendment thereto as a total

dollar amount. Contracts may provide for equitable adjustments in the event of changes in scope or services.

1 -

ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB 1. Submission of the DSB Master File Brochure (Updated February 2011) in the format required, and at least annually, continuously update same. 2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key personnel changes in a firm. 3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant. 4. A person may not submit more than one application as a prime applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other prime" applications on the same project. For the purposes of this paragraph the term person means an individual, corporation, association, partnership or other legal entity. 5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved in an association or corporation filing for the same project shall disqualify the applicants. 6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors). 7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls. 8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer, programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD. ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS (a) Certification that the applicants legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, 38A follows:
Designer, an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:

(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.) (ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.) (iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.
-

2 -

[Note: This requires that the chief executive officer and a majority of the directors or a majority of the stock ownership be registered architects, landscape architects or engineers, and that the person to be in charge of the project be registered in the discipline required for the project. Registered means registered in the Commonwealth of Massachusetts.]

(iv) if a joint venture, each joint venturer satisfies the requirements of this section. (b) As a condition of application, each applicant agrees to carry, if selected for the new project, (other than a master plan, program, or construction management) professional liability insurance in the amount equal to 10% of the estimated construction cost of the project, in conformance with the provisions of Article 12 of study contract and Article 12 of the design contract, i.e. minimum coverage of $250,000 and maximum coverage of $5,000,000. Note that the requirement for professional liability insurance shall apply to both the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) when a project is advertised by both study and design services. CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS IN CONFORMANCE WITH CHAPTER 7, SECTION 38F
1. 2. 3. 4.

Prior similar experience best illustrating current qualifications for this project. Identity and qualifications of the key persons and consultants who will work on this project. Depth of the firm with respect to size and complexity of the project. Past performance on public and private projects.
a. b. c.

Quality, clarity, completeness and accuracy of contract documents and design contract. Effectiveness of meeting established program requirements and function within allotted budget. Accuracy of cost estimates including assessment of contractors requisitions for payment and change order proposals. Management ability to meet schedules including submission of design and contract documents and processing of shop drawings, contractors requisitions and change orders. Coordination and management of consultants. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance (DCAM) staff and agency representatives.

d.

e. f.

5. 6. 7. 8.

Financial stability - including prompt payment of consultant fees. Current workload with DCAM and other public agencies. Geographical location of the firm with respect to the proposed project. Participation of MBEs and WBEs as prime consultants or sub-consultants in a role consistent with the participation goals set forth for the project.
a.

The Designer Selection Board adheres to M.G.L. C.7, 40N, Executive Orders 524 and 526 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 4-8)

3 -

b.

The Minority Business Enterprise and Woman Business Enterprise participation goals established for each contract are set forth on the first page of the Designer Selection Board Project Criteria solicitation for that contract.

PARTICIPATION BY MINORITY OWNED BUSINESSES AND WOMAN OWNED BUSINESSES

Pursuant to M.G.L. C.7, 40N, Executive Orders 524 and 526, 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 MBE/WBEs) on contracts for design services entered into by DCAM. and other public awarding authorities with MBE/WBE Participation Programs.

GOALS Subject to the terms of this memorandum, the following MBE/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for DCAM projects: The Minority Business Enterprise and Women Business Enterprise (MBE/WBE) participation goal is a combined goal of 17.9%. Applicants must utilize a mix of both MBE and WBE firms whose participation, when added together, meets the overall combined goal set for the Contract. The combined goal requires a reasonable representation of both MBE and WBE firm participation. The Combined MBE/WBE goal 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. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants that are themselves MBE or WBE certified will be required to bring a reasonable amount of participation by a firm(s) that holds the certification which is not held by the applicant to the project. Proposed MBE/WBE participation plans that include solely MBE or solely WBE participation, or have only nominal participation by one or the other to meet the combined goal, will not be considered responsive. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet the MBE/WBE goal. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goal, but must state this relationship on the organizational chart .If the contracting design firm is not itself an MBE or WBE, then MBE/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE consultant, subcontractor or subconsultant (hereafter subcontractors) to the Designer. Although the contract contains a combined goal, participation by MBE and WBE firms must be reported and tracked separately. MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS DCAM reserves the right to reduce or waive the MBE/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-MBE/WBE design firm to meet the MBE/WBE goal established for the project based upon any or all of the following: (i) actual MBE/WBE availability, (ii) the geographic location of the project to the extent related to MBE/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to MBE/WBEs, or (v) other relevant factors as determined by DCAM. The MBE/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project.
-

4 -

After a project is advertised, requests from prospective applicants to reduce or waive the MBE/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 MBE/WBE participation goals for a project if the request is received after this deadline. DETERMINATION OF MBE/WBE STATUS A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the Supplier Diversity Office (SDO) (formerly SOMWBA). 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 MBE/WBE by any agency other than SDO, or submission of an application to SDO for certification as an MBE/WBE shall not confer MBE/WBE status on a firm. Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as MBE/WBEs to SDO. Information is available from SDO, One Ashburton Place, 13th Floor, Boston, MA 02108 (617) 502-8831 and at www.mass.gov/sdo

IDENTIFICATION OF MBE/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 MBE/WBE Participation. The form of Letter of Intent and Schedule of MBE/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 MBE/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 MBE/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 MBE/WBE Participation and appropriate Letters of Intent and SDO certification letters establishing that the MBE/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 MBE/WBE participation goals for a project prior to the final selection of a designer, provided that no such reduction or waiver shall be granted except under the following circumstances: the Designer must establish and document that it has been unable to obtain commitments from MBE/WBE subcontractors sufficient to meet the MBE/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 MBE/WBE participation goal submitted with its application 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 MBE/WBEs. 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 MBE/WBEs. The Designer shall also demonstrate that, where commercially reasonable, tasks were divided into units capable of being performed by MBE/WBEs. Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to MBE/WBEs to all MBE/WBEs qualified to perform such work. The Designer shall identify (i) each MBE/WBE solicited, and (ii) each MBE/WBE listed in the SDO directory under the applicable work
-

5 -

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 MBE/WBEs with telephone calls or personal visits in order to determine with certainty whether the MBE/WBEs were interested in performing the work. Phone logs or other documentation must be submitted. A statement of the response received from each MBE/WBE solicited, including the reason for rejecting any MBE/WBE who submitted a proposal. Evidence of efforts made to assist MBE/WBEs that need assistance in obtaining insurance, or lines of credit with suppliers if the inability of MBE/WBEs to obtain, insurance, or lines of credit is a reason given for the Designers inability to meet the MBE/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 MBE/WBE participation goals.

The Designer may submit any other information supporting its request for a waiver or reduction in the MBE/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 MBE/WBEs, and/or sent written notification to MBE/WBE economic development assistance agencies, trade groups and other organizations notifying them of the contract and the work to be subcontracted by the Designer to MBE/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 MBE/WBE subcontractors sufficient to meet the MBE/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than with that firms application to the DSB. The Designers compliance with these procedures and goals is a prerequisite for award of the contract, provided that DCAM reserves the right to waive minor defects in documents and extend time limits in its sole discretion.

6 -

SCHEDULE FOR PARTICIPATION BY MINORITY/WOMEN BUSINESS ENTERPRISES DIVISION OF CAPITAL ASSET MANAGEMENT DCAM Project Number_______________________________ Project Location___________________________________________ Project Name ________________________________________________________________________________________________ This form must be submitted to DCAMs Compliance Office 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 MBE/WBE must be submitted with this Schedule of MBE/WBE participation.

DESIGN FIRM 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 an MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the contract 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

Combined MBE/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 Firm__________________________________________ Business Address_______________________________________ _____________________________________________________ Telephone No.__________________ Fax No.________________ Authorized Signature_________________________________ Print Name_________________________________________ Title______________________________________________ Date ______________________________________________

Design Schedule for Participation Revised 1/12

7 -

LETTER OF INTENT MINORITY/WOMEN BUSINESS ENTERPRISES PARTICIPATION DIVISION OF CAPITAL ASSET MANAGEMENT (To be completed by MBE/WBE, and submitted to the Compliance Office by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). DCAM Project Number________________________________________________ Project Name ________________________________________________________ Project Location______________________________________________________ To__________________________________________________________________ Name of Designer 1. This firm intends to perform work in connection with the above project. Indicate SDO Certification: ____ MBE ____ WBE ____ M/WBE

2.

This firm is currently certified by SDO to perform the work identified below, and has not changed its minority/women ownership, control, or management without notifying SDO within thirty (30) days of such a change. Attached is a copy of the most recent SDO certification letter issued to my company. This firm understands that if the Designer referenced above is awarded the contract, the Designer intends to enter into an agreement with this firm to perform the activity described below for the prices indicated. This firm also understands that the above-referenced firm, as Designer, will make substitutions only as allowed by the Contract and applicable law. This firm understands that under the terms of the Contract, only work actually performed by an MBE/WBE will be credited toward MBE/WBE participation goals, and this firm cannot assign or subcontract out any of its work without prior written approval of the DCAM Compliance Office, and that any such assignment or subcontracting will not be credited toward MBE/WBE participation goals.

3.

4.

MBE/WBE PARTICIPATION Describe MBE/WBE Scopes of Work Dollar Value of Participation

Total Dollar Value: $_________________________________

Name of MBE/WBE Firm______________________________ Business Address_____________________________________ ___________________________________________________ Telephone No________________ Fax No._________________

Authorized Signature_________________________________ Print Name_________________________________________ Title______________________________________________ Date______________________________________________

Design Letter of Intent Revised 1/12


-

8 -

THIS OFFICIAL FORM MAY NOT BE ALTERED


POLICY ON EMPLOYMENT OF STUDY CONSULTANTS FOR SUBSEQUENT DESIGN PROJECTS Amended by the Designer Selection Board on December 15, 2000

1.

The Commissioner may appoint a designer to perform continued or extended services if the following conditions are met: (i) (ii) (iii) a written statement is filed with the Board explaining the reasons for the continuation or extension of services; the program for the design services is filed with the Board if one is required by the regulations of the division; and the Board approves the appointment of the designer for continued or extended services and states the reasons therefor.

2.

When the Board has required that applicants list consultants which the applicants may employ, in no event shall a consultant be used who is debarred pursuant to Section forty-four C of Chapter one hundred and forty-nine as amended, and any change or addition to the consultants named in the application and allowed by the Board upon appointment must be approved by the Deputy Commissioner and reported to the Board, along with a written statement by the designer or construction manager of the reasons for the change.

9 -

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS


1. As of 07/11, the application forms required for submissions to the Designer Selection Board have been updated. The forms are as follows: DSB Master File Brochure (Updated February 2011) (included herein); DSB Application Form (Updated July 2011) (included herein). All specific project applications must be submitted on the DSB (Updated July 2011) Application forms. Failure to supply above documents will result in rejection of application. An electronic copy of the DSB Master File Brochure (Updated February 2011) and the DSB Application Form (Updated July 2011) are available for download from the Web site address: www.mass.gov/dcam/dsb. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SDO certifications are clearly marked ORIGINAL. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste. 4. 5. 6. 7. No cover letters, binders and superfluous material.

2. 3.

Please staple upper right corner, landscape.

DSB recommends that the principal who would be in charge of the project make sure that the form is complete including appropriate signature. Unsigned applications will not be considered. When citing work performed by the applicant while employed by another firm, make certain said firm is properly identified including the individual's level of responsibility. By including a firm as a sub-consultant the applicant certifies that the listed firm has been advised that it was being included in the applicants team and it has agreed to work on this Project should the team be selected. It is a requirement that all applicants supply a signed DSB SC-As (Sub-Consultant Acknowledgement). There can be no change in consultants from those named unless approved by DCAM and reported to the Designer Selection Board (C.7, 38H(a)). It is a requirement that all applicants supply the signed document, attached to the application, by the listed sub-consultants stating that they are aware and agree to being nominated by said applicant. Failure to supply above documents may result in rejection of application. DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements. Eligibility requirements are set forth in this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.

8.

9.

10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project. 11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the
applicant's credibility if the firm applies for every job advertised when only marginally qualified.

13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.
14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed. 15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together. 16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.

NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual available on the Web site: http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf

10 -

Commonwealth of Massachusetts

1.

Firm Name (or if not an entity, individuals name), and Business Address

2. 4.

Year Present Firm Established:

3. Date Prepared:

Telephone No.: (Updated February 2011) 1a. Submittal is for 1b. Federal ID#: 5. Name of Parent company, if any:

DSB Master File Brochure

Specify type of ownership and check 1, 2 or 3 below, if applicable.

(1) SDO Certified minority business enterprise (MBE) (2) SDO Certified woman business enterprise (WBE) Parent Company Branch or Subsidiary Office (3) SDO Certified minority woman business enterprise (M/WBE) 5a. Former Company Name(s), if any, and Year(s) Established:

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

6.

Status/Discipline d. e. f.

Name

Title

MA.Reg. #

Status/Discipline

If Corporation, or Other Entity Other than a Partnership, provide Names of ALL Members of the Board of Directors: Title MA.Reg. # Status/Discipline Name Name a. d. b. e. c. f. 8. a. b. c. 9. Names of All Owners (Stocks or Other Ownership): Name Title Ownership MA Reg. # Status/Discipline d. e. f. Name

Title

MA.Reg. #

Status/Discipline

Title

Ownership

MA Reg. #

Status/Discipline

Personnel by Discipline: (List each person only once, by primary function -- average number employed throughout the preceding 6 month period. Indicate both the total numbers in each discipline and, within brackets, the total number holding Massachusetts's registrations.).
( ( ( ( ( ( ( ( ) ) ) ) ) ) ) )

Admin. Personnel Architects Acoustical Engrs. Code Specialists Civil Engrs. Construction Inspectors Cost Estimators Drafters

Ecologists Electrical Engineers Environmental Engrs. Fire Protection Engrs Geotech. Engrs. Industrial Hygienist Interior Designers Landscape Architects

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Licensed Site Profs. Mechanical Engrs. Planners: Urb./Reg Specification Writers Structural Engineers Surveyors

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Other

( ( ( ( ( ( (

) ) ) ) ) ) ) )

Total

Updated February 2011

DSB Master File Brochure

Page 1

10.

Summary of Professional Services Fees Received: (insert Index number)

Last 5 Years (most recent year first) 2011 2010 2009 2008

2007

Federal Work Commonwealth of Massachusetts work All other domestic and foreign work
001 002 003 004 005 006 007 008 009 010 011 012 013 014 015 016 017 018 019 020 021 022

Ranges of Professional Services Fees INDEX 1. Less than $100,000 5. 2. $100,000 to $250,000 6. 3. $250,000 to $500,000 7. 4. $500,000 to $1 million 8.
100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 201 202 203 204 205

$1 million to $2 million $2 million to $5 million $5 million to $10 million $10 million or greater

Experience Profile Code Numbers for use with questions 11, 12 and 13
Acoustics, Noise Abatement Aerial Photogrammetry Agricultural Development; Grain Storage; Farm Mechanization Air Pollution Control Airports; Navaids; Airport Lighting; Aircraft Fueling Airports; Terminals & Hangars; Freight Handling Arctic Facilities Auditoriums & Theaters Automation; Controls; Instrumentation Barracks; Dormitories Bridges Cemeteries Chemical Processing & Storage Churches; Chapels Codes; Standards; Ordinances Cold Storage; Refrigeration; Fast Freeze Commercial Building (low rise); Shopping Centers Communication Systems; TV; Microwave Computer Facilities; Computer Service Conservation and Resource Management Construction Management Corrosion Control; Cathodic Protection; 037 038 039 040 041 042 043 044 045 046 047 048 048A 048B 048C 049 050 050A 050B 050C 050D 051 052 053 054 055 055A 056 057 058 058A 058B 058B 058C 058D 059 060 061 062 063 064

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

Fisheries; Fish Ladders Forestry & Forest Products Garages; Vehicle Maintenance Facilities; Parking Decks Gas Systems (Propane; Natural, Etc.) Graphic Design Harbors; Jetties, Piers, Ship Terminal Facilities Structures or Components Heating, Ventilating, Air Conditioning Health Systems Planning Highrise; Air-Rights-Type Buildings Highways; Streets; Airfield Paving; Parking Lots Historical Preservation Hospital and Medical Facilities Medical Facilities - Mental Health Medical Facilities - Acute Care Medical Facilities - Ambulatory Care, Clinics Hotels, Motels Housing (Residential, Multi-Family; Apartments; Condominiums) Housing - Residential Mental Health Housing - Resid. Mental Ret. /Group Home Housing - Elderly Housing - Assisted Living Hydraulics and Pneumatics Industrial Buildings; Manufacturing Plants Industrial Processes; Quality Control Industrial Waste Treatment Interior Design; Space Planning Facilities Management Irrigation; Drainage Judicial and Courtroom Facilities Laboratories; Medical Research Facilities Laboratories; Commercial Laboratories; Higher Ed Research Sciences Laboratories; Heavy Equipment Laboratories; Pathology, Medical Examiner Laboratories; Crime Investigation Landscape Architecture Libraries; Museums; Galleries Lighting (Interiors; Display; Theatre, Etc.) Lighting (Exteriors) Materials Handling Systems; Conveyors; Sorters Metallurgy

065 066 067 068 069 070 071 072 073 074 075 076 077 078 079 080 081 082 083 084 084A 084B 084C 084D 084E 084F 085 086 088 088A 088B 088C 089 090 091 092 093 094 095 096 097 098 099 099A

Microclimatology; Tropical Engineering Military Design Standards Mining and Mineralogy Missile Facilities (Silos; Fuels; Transport) Modular Systems Design; Pre-fabricated Naval Architecture; Off-Shore Platforms Nuclear Facilities; Nuclear Shielding Office Buildings; Industrial Parks Oceanographic Engineering Ordnance; Munitions; Special Weapons Petroleum Exploration; Refining petroleum and Fuel (Storage and Distribution) Pipelines (Cross-Country - Liquid & Gas) Planning (Community, Regional Planning (Site, Installation, and Project) Plumbing and Piping Design Pneumatic Structures, Air-Support Buildings Postal Facilities Power Generation, Transmission, Distribution Prisons & Correctional Facilities Correctional Facilities - Minimum Security Correctional Facilities - Medium Security Correctional Facilities - Maximum Security Correctional Facilities - Youth Detention Public Safety Facilities - Police/Fire Stations Public Safety Facilities Training Product, Machine & Equipment Design Radar; Sonar; Radio & Radar Telescopes Recreation Facilities ( Parks, Marinas, Etc.) Recreation Facilities - Ice Rinks Recreation Facilities - Senior/Community Centers Park Support Facilities (Bath House; Visitor Center) Rehabilitation (Buildings; Structures; Facilities) Resource Recovery; Recycling Radio Frequency Systems & Shieldings Rivers; Canals; Waterways; Flood Control Safety Engineering; Accident Studies, OSHA Studies Security Systems; Intruder & Smoke Detection Seismic Designs and Studies Sewage Collection, Treatment and Disposal Soils & Geologic Studies; Foundations Solar Energy Utilization Solid Wastes; Incineration; Land Fill Hazardous materials Abatement

Special Environments; Clean Rooms, Etc. Structural Design; Special Structures Surveying; Platting; Mapping; Flood Plain Studies Swimming Pools Storm Water Handling & Facilities Telephone Systems (Rural; Mobile Intercom, ; Etc.) Testing & Inspection Services Traffic & Transportation Engineering Towers (Self-Supporitng & Guyed Systems) Tunnels & Subways Urban Renewals; Community Development Utilities (Gas & Steam) Value Analysis; Life-Cycle Costing Warehouses & Depots Water Resources; Hydrology; Ground Water Water Supply; Treatment and Distribution Wind Tunnels; Research/Testing Facilities Design Zoning; Land Use Studies

Updated February 2011

DSB Master File Brochure

Page 2

11. Profile of Firms Project Experience, Last 5 Years Profile Code No. of Projects Total Gross Fees (in thousands) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. Profile Code 11. 12. 13. 14. 15. 16. 17. 18. 19. 20.

Profile Code

No. of Projects

Total Gross Fees (in thousands) 21. 22. 23. 24. 25. 26. 27. 28. 29. 30.

Profile Code

No. of Projects

Total Gross Fees (in thousands)

List all current Projects (except for work for the Commonwealth) for which Prime Applicant is performing or is under contract to perform any design services (add/subtract rows as needed).
Role P, C, JV * Phases St., Sch., D.D., C.D.,A.C. *

Project Name, Location & Principal-in-Charge 1.

Owner Name & Address (Include Contact name and phone number)

Project Cost (in thousands)

Completion Date (Actual or Estimated)


(R)Renovation or (N)New

2.

3.

4.

5.

6.

7.

Updated February 2011

DSB Master File Brochure

Page 3

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

18.

19.

Updated February 2011

DSB Master File Brochure

Page 4

13. Profile Code

List all Projects completed within the past 5 years for which Prime Applicant has performed, or has entered into a contract to perform any design services for all public agencies within the Commonwealth (add/subtract rows as needed).
Role P, C, JV Phases St., Sch., D.D., C.D.,A.C.

Project Name, Location & Principal-in-Charge 1.

Owner Name & Address (Include Contact name and phone number)

Project Cost (in thousands)

Completion Date (Actual or Estimated)


(R)Renovation or (N)New

2.

3.

4.

5.

6.

7.

8.

14.

Professional Liability Insurance: Professional Liability Policy Certificate Number Present Policy Expiration Date Aggregate Amount Payable

15.

I certify that all information is submitted under the penalties of perjury and that I am familiar with the Mass. State Building Code and also Mass. General Laws, Chapter 149, Section 44A-44H, Section 44M, and Chapter 30, Section 39M. I also certify that the undersigned is an Authorized Signatory of the Firm and is a Principal or Officer of the Firm.
Submited by (Signature)

Printed Name and Title

Date

* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract

Updated February 2011

DSB Master File Brochure

Page 5

1. Commonwealth of Massachusetts DSB Application Form (Updated July 2011) 3a.

Project Name/Location for Which Firm is Filing:

2a. DSB #

Item #

2b. Mass. State Project # 3e. Name Of Proposed Project Manager: (if applicable) (if applicable)

Firm (Or Joint-Venture) - Name and Address Of Primary Office To Perform The Work:

For Study: For Design: 3b. Date Present and Predecessor Firms Were Established: 3f.

Name and Address Of Other Participating Offices Of The Prime Applicant, If Different From Item 3a Above:

3c. 3d.

Federal ID #: Name and Title Of Principal-In-Charge Of The Project (MA Registration Required):

3g.

Name and Address Of Parent Company, If Any:

3h. Email Address: Telephone No: 4.

Fax No.:

Check Below If Your Firm Is Either: (1) SDO Certified Minority Business Enterprise (MBE) (2) SDO Certified Woman Business Enterprise (WBE) (3) SDO Certified Minority Woman Business Enterprise (M/WBE)

Personnel From Prime Firm Included In Question #3a Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number Employed Throughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline And, Within Brackets, The Total Number Holding Massachusetts Registrations):
( ( ( ( ( ( ( ( ) ) ) ) ) ) ) )

Admin. Personnel Architects Acoustical Engrs. Civil Engrs. Code Specialists Construction Inspectors Cost Estimators Drafters

Ecologists Electrical Engrs. Environmental Engrs. Fire Protection Engrs. Geotech. Engrs. Industrial Hygienists Interior Designers Landscape Architects

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Licensed Site Profs. Mechanical Engrs. Planners: Urban./Reg. Specification Writers Structural Engrs. Surveyors

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Other

( ( ( ( ( ( (

) ) ) ) ) ) ) )

Total

5.

Has this Joint-Venture previously worked together?

Yes

No

Updated July 2011

DSB Application Form Page 1

6.

List ONLY Those Prime and Sub-Consultant Personnel Specifically Requested In The Advertisement. This Information Should Be Presented Below In The Form Of An Organizational Chart. Include Name Of Firm and Name Of The One Person In Charge Of The Discipline, With Mass. Registration Number, As Well As MBE/WBE Status, If Applicable:

DCAM

User Agency

Prime Consultant
Principal-In-Charge

Project Manager for Study Project Manager for Design

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Updated July 2011

DSB Application Form Page 2

7.

a. b.

Brief Resume Of ONLY Those Prime Applicant and Sub-Consultant Personnel Requested In The Advertisement. Confine Responses To The Space Provided On The Form and Limit Resumes To ONE Person Per Discipline Requested In The Advertisement. Resumes Should Be Consistent With The Persons Listed On The Organizational Chart In Question # 6. Additional Sheets Should Be Provided Only As Required For The Number Of Key Personnel Requested In The Advertisement and They Must Be In The Format Provided. By Including A Firm As A Sub-Consultant, The Prime Applicant Certifies That The Listed Firm Has Agreed To Work On This Project, Should The Team Be Selected. a. Name and Title Within Firm: Name and Title Within Firm: Project Assignment: Name and Address Of Office In Which Individual Identified In 7a Resides: MBE WBE b. Project Assignment: Name and Address Of Office In Which Individual Identified In 7a Resides: MBE WBE

c.

c.

d. e.

Years Experience: With This Firm: Education: Degree(s) /Year/Specialization

With Other Firms:

d. e.

Years Experience: With This Firm: Education: Degree(s) /Year/Specialization

With Other Firms:

f.

Active Registration: Year First Registered/Discipline/Mass Registration Number

f.

Active Registration: Year First Registered/Discipline/Mass Registration Number:

g.

Current Work Assignments and Availability For This Project:

g.

Current Work Assignments and Availability For This Project

h.

Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed, If Not Current Firm):

h.

Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed , If Not Current Firm):

Updated July 2011

DSB Application Form Page 3

8a. a.

Current and Relevant Work By Prime Applicant Or Joint-Venture Members. Include ONLY Work Which Best Illustrates Current Qualifications In The Areas Listed In The DSB Advertisement (List Up To But Not More Than 5 Projects). Project Name and Location b. Brief Description Of Project and e. Project Cost (In Thousands) c. Clients Name, Address and Phone d. Completion Principal-In-Charge Services (Include Reference To Areas Number. Include Name Of Contact Person Date (Actual Construction Fee For Work For Of Experience Listed In DSB Or Estimated) Costs(Actual, Or Which Firm Was Advertisement) Estimated If Not Responsible. Completed)

(1)

(2)

(3)

(4)

(5)

Updated July 2011

DSB Application Form Page 4

8b.

List Current and Relevant Work By Sub-Consultants Which Best Illustrates Current Qualifications In The Areas Listed In The Advertisement (Up To But Not More Than 5 Projects For Each SubConsultant). Use Additional Sheets Only As Required For The Number Of Sub-Consultants Requested In The Advertisement and They Must Be In The Format Provided. Sub-Consultant Name: a. Project Name and Location b. Brief Description Of Project and e. Project Cost (In Thousands) c. Clients Name, Address and Phone Number d. Completion Principal-In-Charge Services (Include Reference To (Include Name Of Contact Person) Date (Actual Construction Areas Of Experience Listed In DSB Or Estimated) Costs (Actual, Or Fee for Work for Which Firm Was Advertisement) Estimated If Not Responsible Completed) (1)

(2)

(3)

(4)

(5)

Updated July 2011

DSB Application Form Page 5

9.

List All Projects Within The Past 5 Years For Which Prime Applicant Has Performed, Or Has Entered Into A Contract To Perform, Any Design Services For All Public Agencies Within The Commonwealth.

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

# of Active Projects:

Total Construction Cost (In Thousands) of Active Projects (excluding studies):


Construction Costs Awarding Authority (Include Contact Name and (In Thousands) Phone Number) (Actual, or Estimated if Not Completion Date (Actual or Estimated) (R)Renovation or (N)New

Project Name, Location and Principal-In-Charge: 1.

2.

3.

4.

5.

6.

7.

8.

9.

10. * P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch. = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract
Updated July 2011

DSB Application Form Page 6

10.

Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And That Of Your Sub-Consultants For The Proposed Project. If Needed, Up To Three, Double-Sided 8 X 11 Supplementary Sheets Will Be Accepted. APPLICANTS ARE REQUIRED TO RESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED IN THE ADVERTISEMENT. Be specific No Boiler Plate

11.

Professional Liability Insurance: Name of Company Aggregate Amount Policy Number Expiration Date

12.

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

13.

Name Of Sole Proprietor Or Names Of All Firm Partners and Officers: Name Title MA Reg # Status/Discipline a. b. c. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # Status/Discipline a. b. c. Names Of All Owners (Stocks Or Other Ownership): Name and Title a. b. c. % Ownership MA Reg.# Status/Discipline Name and Title d. e. f. % Ownership MA Reg.# Status/Discipline Name d. e. f. Name d. e. f. Title MA Reg # Status/Discipline

14.

Title

MA Reg #

Status/Discipline

15.

16.

I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a Designer, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to construction management or the preparation of master plans, studies, surveys, soil tests, cost estimates or programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.
Submitted By (Signature)

__________________________________________________

Printed Name and Title

_______________________________

Date ____________

The following forms MUST be attached to only ONE (ORIGINAL Copy) application: 1. SDO Certification required for MBE/WBE Firms; 2. Sub-Consultant Acknowledgment.
Updated July 2011

DSB Application Form Page 7

DSB S-CA

Commonwealth of Massachusetts

Designer Selection Board SUB-CONSULTANT ACKNOWLEDGMENT

Project: Applicant Designer: Sub-consultant:

SUB-CONSULTANT ACKNOWLEDGMENT The sub-consultant named above hereby certifies that it has been notified by the Applicant Designer that it has been nominated to perform work on the Applicant Designers team for the above Project, which is under consideration at the Designer Selection Board.

Signature of Sub-Consultant Duly Authorized Representative

Print Name and Title

Date

It is a requirement that all applicants supply this document signed, attached to the application, for each of the listed sub-consultants stating that they are aware and agree to being nominated by said applicant designer. One copy must have an original signature. Electronic signatures are accepted.

Updated July 2011

DSB Sub-Consultant Form

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 30, 2012 May 9, 2012 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) UMA1201 ST1 UMA - Physical Sciences Building New Facility (Study) University of Massachusetts Amherst (UMass Amherst) Division of Capital Asset Management (DCAM) 2008 Higher Education Bond Bill 4538 $85,000,000 subject to legislation Approximately $60,000,000 ( ( ) ) Engineer Other:

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

TOTAL FEE, excluding reimbursable expenses or any authorized per diem payments, based on scope of work and services authorized if project is completed. ( ( X X ) ) Lump Sum Established Set Fee for Study Phase Per M.G.L. C.7, 38G(a) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, 38G (a), based on the approved estimated construction cost in the certified study. $750,000 7.5% dollars percent

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( ) OTHER: It is intended that the following continued services will be required of the selected Designer, and approval of the Designer by the DSB for the study phase shall also constitute approval of the Designer for continued services at the Awarding Authoritys discretion. If the Awarding Authority determines that the continued services will not be required of the Designer then the Awarding Authority must notify the Designer and the Board, upon making that determination. ( ( ( ( ( X X X X ) ) ) ) ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS CONSTRUCTION PLANS AND SPECIFICATIONS ADMINISTRATION OF CONSTRUCTION CONTRACT OTHER:

MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, 40N and Executive Orders 524 and 526, DCAM has established a minimum combined MBE/WBE participation goal of 17.9% of the overall value of the study and final design contracts for this project. Applicants must utilize a mix of both MBE and WBE firms whose participation, when added together, meets the overall combined goal set for the Contract. The combined goal requires a reasonable representation of both MBE and WBE firm participation. The Combined MBE/WBE goal must be met within the list of requested prime and subconsultants. 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
Study & Design Form Revised 1-12

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and on the Supplier Diversity Office (formerly SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants that are themselves MBE or WBE certified will be required to bring a reasonable amount of participation by a firm(s) that holds the certification which is not held by the applicant to the project. Proposed MBE/WBE participation plans that include solely MBE or solely WBE participation, or have only nominal participation by one or the other to meet the combined goal, will not be considered responsive. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet the MBE/WBE goal. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goal, but must state this relationship on the organizational chart (Section 6 of the application form). APPROPRIATION LANGUAGE: House Bill No. 4538. To provide for a program of capital improvement to public higher education institutions of the Commonwealth.. For costs associated with planning and studies.. preparation of plans and specifications, repairs, construction, renovations, improvements, maintenance and repair at the University of Massachusetts campus facilities and grounds GENERAL SCOPE OF WORK: Certifiable Study for new construction of a Physical Sciences Building The Division of Capital Asset Management, working with UMass Amherst, seeks expert professional services for the detailed study and final design for a proposed new Physical Sciences Building. Project Goals The proposed new Physical Sciences Building is intended to provide science lab and support space to meet the needs of UMass Amherst. This Study will provide new and renovated space up to 130,000 GSF of new wet and dry research labs, office, and lab support facilities for laboratory research programs potentially in the chemical and physical sciences. Specialized shared laboratories (clean rooms and imaging facilities) will be an important part of the program. Site planning and infrastructure analysis for potential future expansion will be part of the study phase of the project. Sustainable Design and Construction The University is beginning an important phase of capital improvement through renovation and new building construction. The rapidly escalating cost of building and renovating science facilities requires identification of the best approaches to achieving and maintaining national laboratory standards while controlling the overall costs of constructing and operating these science facilities. UMass Amherst has developed a sustainable building design policy and program to ensure that the campus will commit to a resource and energy conservation program based on continual improvement in the design and construction of new buildings and major renovations. An Energy Management Consultant will be included in the Prime basic services to advocate for achieving sustainable design features; meeting energy and water reduction goals, promoting the teamwork and collaboration necessary to evaluate the complex interactions required in an integrated design process and providing conceptual energy modeling services. LEED management and utility rebates will be part of the study and design services. Universal Landscape and Architectural Design The new facility presents an opportunity to integrate architecture, site and landscape into a single, universally accessible design. The design will, in particular, avoid reliance on any of the special accommodations (furnishings, ramps, and signage) encouraged by Code and will wherever possible exceed Code by providing common solutions that benefit everyone. Overview The University of Massachusetts Amherst is a Carnegie Research Extensive University that competes nationally in many scientific fields at the highest level of teaching and research. The University is in the process of implementing a strategic growth plan to increase enrollment, add new faculty in all fields including the science and engineering research disciplines, and increase research funding from public sources and through increased partnerships with private industry. The continued ability of UMass Amherst to attract and retain the next generation of the highest caliber faculty and students requires renewal and expansion of the facilities. The Universitys Comprehensive Science and Engineering Facilities Plan (CS&EFP), the Universitys strategic plan for science and engineering departments, focuses on providing modern and advanced facilities for the programs with the greatest needs: science and engineering research laboratories as well as teaching laboratories. The most cost effective
DSB List#_12-07_ Item #_1_, Page 2 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

strategy for implementation has been determined to be the construction of new facilities for the life, chemical, and physical sciences, renovating existing and older facilities for sciences that do not require extensive MEP support services, and repurposing the oldest facilities for non-science uses. This approach will support the faculty and student growth while accelerating the introduction of energy efficient buildings that are designed to provide advanced energy and water efficient features in all new and renovated laboratory facilities. The preliminary program that was produced by the CS&EFP is the starting point for the Study. Review, updating, and further development of this preliminary program will determine how best to proceed with facilities planning for building of up to 130,000 gross square feet. The program may include laboratories and support spaces for the chemical and physical sciences as well as specialized shared laboratories such as clean rooms and imaging facilities that meet urgent needs for the physical sciences, engineering departments, and other science departments including the storage and handling of chemical and research waste. Building support spaces may include instructional spaces, public gathering spaces, building caf, outdoor gathering and landscaped areas in addition to normal building operation spaces The construction of new space to meet high-end facility needs is a critical part of UMass Amhersts long-term strategy to improve all science and engineering facilities. The high proportion of existing building inventory in poor condition is a primary driver of this strategy. Disposition of existing facilities has been carefully considered as part of this strategy that includes an aggressive approach to reducing the campus backlog of deferred maintenance. New construction for the most complex lab space enables renovation of other buildings that are in fair to good condition, repurposing some buildings that will not effectively support science, and demolition of buildings that can no longer provide efficient space for science and engineering, and that have excessively high costs to renovate and operate. Study Process The Study will involve an interactive planning process with UMass academic leaders, academic program representatives for both research labs and shared support labs, UMass Amherst facilities administrators , and DCAM. Weekly work sessions with the study team will be held along with periodic workshops that invite UMass and DCAM to identify potential obstacles and expedite decision making. The study and subsequent design process will be conducted within the parameters established by UMass Amherst and DCAM. It is expected that the Lead Principal-In-Charge will participate throughout all phases of the study.

Sciences Area of the Academic Core Campus

DSB List#_12-07_ Item #_1_, Page 3 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

Potential Building Sites UMass Amherst will provide the Designer with up to three sites in the campus core area that meet the requirements of the Physical Sciences Building program. All sites satisfy to varying degrees proximity to existing departmental resources that will make possible the sharing of resources and equipment as well as promote interdisciplinary research initiatives. All sites also meet the requirements for site size and infrastructure. Specific details of these sites and preliminary evaluations conducted by the UMass Amherst Divisions of Facilities Planning and Campus Planning will be forwarded to the selected design firm at the commencement of the project. It will be the responsibility of the prime and the design team to fully analyze relevant aspects of each site in accordance with the DCAM Study Guidelines as well as to commission necessary and required investigations of surface and subgrade site characteristics. The work plan proposed by the selected design team shall include early and timely completion of site analysis and comparison of advantages and issues for review and approval by UMass Amherst and DCAM.

Existing Science Buildings

All of the potential sites include existing buildings for which UMass Amherst has conducted preliminary building assessments. The Designer will be responsible for review and analysis of possible reuse or renovation of an existing building as part of the project program and concept development study that may combine new construction with renovation. SCOPE OF WORK: The consultant must be prepared to enter into a contract and begin work immediately upon selection. Interim reports and other deliverables will be produced at milestones during the Study. In accordance with the DCAM Designer Procedures Manual, the study phase will include but not be limited to, the following stages and deliverables: ST-01 Problem Statement and Work Plan Development of a work plan to serve as guide for the study to include the vision and goals for the project, a full break down of tasks, fee schedule, and deliverables, MBE/WBE participation and a project timeline to serve as a basis from study through occupancy. ST-02 Information Gathering and Analysis Documentation of all existing information, gathering & analysis of technical pre-design information, and detailed space programming needs to include: a. Programmatic information: Provide review, revision and development of the detailed space program, including needs, requirements and justification, and develop a preliminary tabular program of net square feet with net to gross ratio, typical room layout and adjacency diagrams indicating key relationships, trends, methodology and utilization analysis, and technical requirements. The program will be endorsed by DCAM and UMass Amherst key stakeholders. Establish design concepts that are consistent with the parameters established by UMass Amherst and DCAM. Benchmark against peer institutions, identify comparable facilities and/or program facilitate a tour and document findings.
DSB List#_12-07_ Item #_1_, Page 4 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

Review and recommend resolution of code issues which may affect the program. b. Existing building and site information: Site utilities and geotechnical soil investigations. Site analysis of selected building site and documentation of code issues, universal access, building and structural systems requirements and proposal to comply with Executive Order 484 (energy and water impacts and opportunities). Review and analysis of possible reuse or renovation of an existing building as part of the project program. The sites under consideration may be adjacent to historical/legacy buildings and may involve adaption, connection, or relocation of a legacy building. c. Cost Initial construction, operating cost estimates and life cycle costs. d. Schedule Preliminary project schedule and a list of potential permits, and regulatory agencies that can potentially affect timeline. ST-01R Problem Restatement and Work Plan Revision Compare information gathered against the original goals that were agreed upon at the start of the project. A course correction may be necessary at this stage and some goals revised or modified based on new information. New opportunities may have been uncovered which may fundamentally alter how the project is viewed. Conversely, constraints of budget or physical conditions of the site or buildings may require re-thinking of original intentions. Submit a revised work plan reflecting the new realities of the project to include: revised program data, revised budget, and revised schedule and revised goals. ST-03 Potential Solutions Development and testing of several physical solutions and program groupings to include: a. Program A minimum of 3 conceptual options with blocking and stacking diagrams to illustrate optimal adjacencies and interaction opportunities for each site and all back-fill opportunities. Present pros and cons analysis in regards to program vision and potential impact on overall campus enhancement. b. Building Evaluate options with respect to feasibility, achievement of design objectives in terms of building and site and sustainable approach. Cost a.

c.

Evaluate options with respect to construction costs, operating costs and life cycle costs.

d.

Schedule Evaluate options with respect to project schedule and implementation requirements. Identify swing space needs and guidelines to help create minimal construction disruption based on anticipated academic schedule.

Products: Presentation and workshop materials; including 3 presentations to the UMass Amherst Executive Committee. ST-GW Global Workshop A Global Workshop led by the designer should take place where project participants and interested parties will be given a chance to comment on all the alternatives with a recommendation of a site and concept for further development.. ST-04 Consensus Solution Development of a preferred option report and presentation to include the following: a. Programmatic Information

DSB List#_12-07_ Item #_1_, Page 5 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

A full space program; a complete tabular program listing all spaces; a relationship diagram depicting important adjacencies and detailed information about the requirements of each space; finalized room data sheets. b. Building Develop a schematic architectural design set of documents including conceptual plans, elevations, building sections, architectural room layouts, equipments list and performance requirements, LEED checklist and outline specifications. c. Cost Detailed cost estimate in Uniformat, operating costs, and life cycle costs. d. Schedule Implementation plan addressing schedule, phasing, detailed review of applicable codes, permits and other necessary results such as accessibility; compliance with Executive Order 484 and others. ST-05 Draft and Final Report Draft report compiling and revisiting the products for review. A final report, including an executive summary and project narrative, is prepared and submitted for certification in required digital and hard copy formats. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. ADDITIONAL SUPPORTING DOCUMENTS: The scope of work for this project is supported by the materials listed below, which are available for review and download on the Designer Selection Board website. 1. 2. 3. 4. CS&EFP: http://www.mass.gov/anf/docs/dcam/dsblist/dsb120602-uma-csefp-option-5-12-3-29.pdf UMass Design Guidelines (http://www.umass.edu/fp/projectmanagement/designguidelines/ ) Green Building Guideline (http://www.umass.edu/fp/Sustainability%20Plan.pdf) University and College Information: Background information regarding UMass Amherst and the Colleges and Departments listed in this Ad can be found on the UMass website (http://www.umass.edu/).

GENERAL CONDITIONS OF THIS CONTRACT: Study Contract DCAM has established a goal of nine months to complete this study. If selected for study services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) (Study Contract) or its successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved products in accordance with the approved work plan. http://www.mass.gov/anf/docs/dcam/dlforms/forms/dcam-standard-study-contract.rtf Design Contract DCAM has established a goal of eighteen months to complete design (SD, DD and CD) for this project. At the conclusion of the study, if the applicant is requested by DCAM to perform final design services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (Design Contract) or its successor, without revisions or modifications. http://www.mass.gov/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls.

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#_12-07_ Item #_1_, Page 6 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

DCAM Procedures The designer will follow the procedures established in DCAMs Designer Procedures Manual dated August 2008 (http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: http://www.mass.gov/dcam. PMAS Consultants will be required to use DCAM's electronic web-based Project Management and Accounting System (PMAS) as a repository for all project correspondence, documentation, and project budgeting, and scheduling. No special software is required.

Workshops DCAM and the Designer will hold periodic workshops to ensure that critical issues are not overlooked and that all team members have an opportunity to contribute their expertise, to anticipate potential obstacles, to identify potential solutions, and to expedite the decision-making process. Attendance by key design team members will be required at all workshops. Executive Order 484 This project shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. All building studies shall include preliminary estimates of the projects energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the projects impact on the operating agencys plan for meeting EO 484s goals are documented in the consensus solution, implementation plan, and estimated construction cost. LEED Certification This project shall be certifiable at a level of Silver or higher, including Mass LEED Plus requirements. All measures proposed to achieve a LEED rating shall be incorporated into Final Design as part of the Designers base fee; administration of the certification process by the Designer during the Final Design and Construction phases of the project will be considered an extra service. Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. DCAM welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Environmental and other supplemental services DCAM reserves the right to obtain supplemental services through independent consultants who will collaborate with the prime and the project team. Construction Specifications The designer shall utilize the DCAM Standard Specification. Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. Building Information Modeling

DSB List#_12-07_ Item #_1_, Page 7 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

Building Information Modeling (BIM) will be used in the study, design, and construction phases of the project, and the development of a building information model will be included as part of the base fee. Building Commissioning DCAM will include building commissioning as part of this project. The Commissioning Agent will develop in collaboration with DCAM an operations and maintenance plan as a reimbursable expense during the building commissioning phase. The Designer will meet with DCAM's building commissioning agent during design and construction to evaluate design proposals for MEP systems to ensure maintainability and operational efficiency. CM at Risk The construction of this project will be performed utilizing a construction management at-risk (CMAR, sometimes referred to as CM/GC) contract in accordance with MGL Chapter 149A. It is anticipated that the CM will be on board during the Schematic Design phase of Final Design project. Integrated Project Delivery DCAM may elect to use a modified form of Integrated Project Delivery (IPD) for this project, as generally described in the AIA document Integrated Project Delivery: A Guide (2007). (http://www.aiacc.org/site/docs/IPD_Guide_2007.pdf) According to this guide "integrated projects are uniquely distinguished by highly effective collaboration among the owner, the lead designer, and the prime constructor, commencing at early design and continuing through to project handover." DCAM's preliminary approach to IPD will follow the Construction Manager at Risk model, including bringing the CM in very early in the design phase of the project. Respondents should note their experience, if any, with this approach in Section 10 of their application. CONDITIONS FOR APPLICATION: Current or updated Master File Brochures must be on file with the Board. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Projects Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Study Contract and Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. Note that the requirement for professional liability insurance shall apply to both the Contract for Study Services and Contract for Final Design and Construction Administrative Services when a project is advertised for both study and design services. APPLICATION EVALUATION PERSONNEL Applications will be evaluated based on the following lead 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 key personnel proposed for this project. 1. 2. 3. 4. 5. Architect / (Lead) Mechanical Engineer (M/P/FP) Electrical Engineer Structural Engineer Civil Engineer 6. 7. 8. 9. 10. Landscape Architect Specifications Consultant (independent consultant required) Cost Estimator (independent consultant required) MA Building Code Consultant (independent consultant required) Energy Management Consultant

Where an independent consultant is required the Applicant may not provide the services in house. If the Applicant plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately on the organizational chart.

DSB List#_12-07_ Item #_1_, Page 8 of 9

DSB LIST #

12-07

ITEM #

DSB PUBLIC NOTICE DATE:

May 9, 2012

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: Project teams will be evaluated on the proposed team members as well as the firms experience in projects of similar type and scale. Specific evaluation criteria are: 1. The lead has similar and relevant project experience as the lead programmer in the strategic university-level planning and programming of at least three laboratory science research buildings. Projects for Carnegie Tier I Research Universities are considered a plus Significant experience by the MEP engineers with planning, designing and construction phase services of at least three new laboratory research science buildings of similar size and for similar types of science as described in this solicitation Demonstrated experience in completed projects which include design solutions that integrate specialized lab designs and equipment needs for the physical sciences as well as for adaptable and flexible labs that can be modified over time. 4. Documented project experience as the lead designer for sustainable buildings and sustainable site designs, including the reduction of energy and water use in laboratory and science facilities. Experience with DOE Labs 21 program is a plus.

2.

5.

Documented in-house use of Building Information Modeling, (BIM) in development and coordination of basis of design and final design documents a plus

3.

6.

Building design and site design experience that includes evaluation and cost comparisons of multiple options for new construction and renovation. Demonstrated success in integrating new construction with historical/legacy buildings is a plus.

APPLICANTS PLEASE NOTE A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may be rejected as non-compliant and not be considered by the Board. Applications received at the DSB Office after the advertised deadline will not be considered.

DSB List#_12-07_ Item #_1_, Page 9 of 9

Das könnte Ihnen auch gefallen