Upload
william-f-zachmann
View
124
Download
0
Tags:
Embed Size (px)
Citation preview
Volume 31, Issue 32, August 10, 2011
The CentralRegisterPublished by: The Secretary of the Commonwealth, William Francis Galvin
CENTRAL REGISTERPublished weekly by William Francis Galvin, Secretary of the Commonwealth
Volume 31, Issue 32, August 10, 2011
DESIGNER SERVICESRequest for Proposals 1
GENERAL CONTRACTSInvitation to Bid 5
CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 53
CONTRACT AWARDS 71
LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY
Notice of Proposed Disposition of Real Property 79Office of Lease Management 85Groundwater Discharge Permit 88
LIST OF DEBARRED CONTRACTORSDCAM 89Attorney General 90
DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST 92
LIST OF DECERTIFIED CONTRACTORSDCAM 93
SUPPLIER DIVERSITY OFFICE (Formerly SOMBWA) 97
DESIGNER SELECTION BOARD 100
The Central Register is a state publication of public contracting opportunities, contract awardsand related information received by the Secretary of the Commonwealth under the provisions ofM.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: [email protected]
** 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:________________________________________________________
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Andover, Town ofPurchasing Department36 Bartlet St.Andover, MA 01810
Elaine M. Shola, Purchasing Agent
PHONE: 978-623-8216
PROJECT: The Town of Andover is seeking Professional Engineering Services for Reconstruction of High Plain Rd. at Fish Brook, Andover.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: RFP001/08-11/301
ADDITIONAL INFORMATION
FAX: 978-623-8240
Designer's Fee: Negotiated NTE $75,000.00Estimated Construction Cost: $1,100,000
SCOPE: Reconstruct approximately 600 feet of High Plain Road to widen, straighten and re-grade the road at Fish Brook. This will include all other necessary work to make the roadway safe for vehicles and pedestrians.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:8/25/11 @ 11:00 A.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 8/10/11 after 9:00 A.M. at the above agency address.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Cambridge, City ofPurchasing Department795 Massachusetts Ave.Cambridge, MA 02139
Cynthia H. Griffin
PHONE: 617-349-4310
PROJECT: Request for Design Services for Martin Luther King Jr. School.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 5556
ADDITIONAL INFORMATION
FAX: 617-349-4008
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE: The City of Cambridge invites applications from appropriately qualified and experienced architects to prepare a feasibility study and then design a building for the Martin Luther King, Jr. School.
BRIEFING SESSION: 8/23/11 at 1:00 P.M. at the Martin Luther King Jr. School, 100 Putnam Ave., Cambridge.
DEADLINE FOR APPLICATION FORM:9/8/11 @ 11:00 A.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 8/10/11 at www.cambridgema.gov, following the links to Online Services, Purchasing, Current Bid List, Designer RFP's.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
1
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Duxbury, Town of Inspectional Services Department878 Tremont St.Duxbury, MA 02331
Tom Broadrick, Town Planner
PHONE: 781-934-1100
PROJECT: The Town of Duxbury is issuing this Request for Qualifications to solicit statements of qualifications under M.G.L. c. 25A, § 111 from solar energy developers to install and operate solar photovoltaic energy systems ("Solar Energy System" or "System") at capped municipal landfill site off of Mayflower St., furnish the Issuer with solar-generated electricity produced by the System(s) and assist the Town in evaluating additional sites for solar energy systems.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 2011-005
ADDITIONAL INFORMATION
FAX: 781-934-1137
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE: Design, finance, operate and maintain the solar photovoltaic energy systems and obtain all necessary permits and approvals (e.g. building permits).
BRIEFING SESSION: 8/23/11 at 10:00 A.M.
DEADLINE FOR APPLICATION FORM:9/15/11 @ 12:00 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
Solar Energy Developer
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: Above agency address or by email request to [email protected].
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Maynard, Town of School Building Committee12 Bancroft St.Maynard, MA 01754
Mr. Peter DiCicco
PHONE: 978-897-8251
PROJECT: The New Maynard High School Project, Tiger Drive, Maynard: Construction Inspection/Materials Testing Services. The Town of Maynard invites proposals from qualified construction materials testing and laboratory firms for the construction of the NewMaynard High School in Maynard.
The Town of Maynard specifically reserves the right to reject any or all qualification statements, or to award or not to award the contract for any reason the Awarding Authority determines to be in the Town’s best interest.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 978-897-4610
Designer's Fee: Negotiated Estimated Construction Cost: $36,000,000
SCOPE: The Consultant will provide laboratory and field services to perform construction materials testing and inspection in support of the construction of the New Maynard High School Project.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:8/24/11 @ 2:00 P.M.
Time Period for Completed Project:September 2011 - December 2013
CONTRACT INFORMATION:
Construction Materials Testing/Laboratory Firms
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 8/10/11 by email request to Mr. Peter DiCicco at [email protected] or by calling 978-897-8251.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
2
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:West Tisbury, Town ofP.O. Box 278West Tisbury, MA 02575
Jennifer Rand
PHONE: 508-696-0102
PROJECT: West Tisbury Police Station Construction.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-696-0103
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE: Construction of an approximately 5,000 square foot police station attached to an existing fire station.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:8/31/11 @ 12:00 P.M.
Time Period for Completed Project:Summer 2014
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 8/10/11
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Greater New Bedford Regional School District1121 Ashley BoulevardNew Bedford, MA 02740
Jim Byrne, Owner's Project Manager
PHONE: 508-786-0600
PROJECT: Greater New Bedford Vocational Technical High School.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-786-0608
Designer's Fee: Negotiated Estimated Construction Cost: $12 Million - $15 Million
SCOPE: Addition and Renovation the Greater New Bedford Vocational Technical High School.
BRIEFING SESSION: 8/15/11 at 10:00 A.M. at the above agency address.
DEADLINE FOR APPLICATION FORM:8/24/11 @ 2:00 P.M.
Time Period for Completed Project:Summer 2014
CONTRACT INFORMATION:
See RFS
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 8/10/11
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
3
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Maureen McAvoy
PHONE: 617-242-6000
PROJECT: RFQ/P Hatchery Pipeline and Hydroelectric Design, Construction Administration and Resident Inspection Services.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 7017A
ADDITIONAL INFORMATION
FAX: 617-788-4896
Designer's Fee:Estimated Construction Cost:
SCOPE:
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:9/9/11 @ 11:00 A.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 8/10/11 on the Comm-PASS Website at www.comm-pass.com.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
4
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Adams, Town of Department of Public Works8 Park St.Adams, MA 01220
Above agency address, Monday - Friday, 8:30 A.M. - 4:00 P.M.
PHONE: 413-743-8325CONTACT INFORMATION
PROJECT NUMBER: #12-001
FAX: 413-743-8316
PROJECT:Resurfacing of Streets and Related Work.
ESTIMATED COST: $200,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thomas Satko EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Andover, Town ofCentral Purchasing Office36 Bartlet St.Andover, MA 01810
Above agency address, 8/10/11 after 9:00 A.M.
PHONE: 978-623-8216CONTACT INFORMATION
PROJECT NUMBER: Bid No. 005/07-11/301
FAX: 978-623-8240
PROJECT:Miscellaneous Road Materials and Aggregates (Annual Requirements).
ESTIMATED COST: $90,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 3:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Elaine M. Shola, Purchasing Agent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
5
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Arlington, Town of Department of Public Works51 Grove St.Arlington, MA 02476
Fay, Spofford & Thorndike, LLC, 5 Burlington Woods, Burlington, MA 01803, 8/10/11, 9:00 A.M. - 4:00 P.M.
PHONE: 781-221-1220CONTACT INFORMATION
PROJECT NUMBER: 11-30
FAX: 781-221-1086
PROJECT:Sewer and Drain Improvements, Robbins Rd. and Gray St., Arlington.
ESTIMATED COST: $201,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Refundable deposit for bid documents is $40.00, non-refundable mailing fee is $20.00. Bids are due at Town Manager's Office/Purchasing Department, Town Hall Annex, 730 Massachusetts Ave. 1st Floor, Arlington, MA 02476.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert H. Letourneau, P.E. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Arlington, Town of Town Manager's Office/Purchasing Department730 Massachusetts Ave.Arlington, MA 02476
Above agency address, 8/10/11.
PHONE: 781-316-3003CONTACT INFORMATION
PROJECT NUMBER: 11-22
FAX: 781-316-3019
PROJECT:Construction of Wheelchair Ramps and Sidewalks at various locations as per specifications and requirements.
ESTIMATED COST: $165,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Domenic R. Lanzillotti EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
6
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Arlington, Town of51 Grove St.Arlington, MA 02476
Fay, Spofford & Thorndike, 5 Burlington Woods, Burlington, MA 01803, 8/10/11. Office Hours: Monday – Friday, 9:00 A.M. – 3:30 P.M.
PHONE: 781-221-1248CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-229-1115
PROJECT:Maynard Street Sanitary Sewer Extension. The proposed work includes a sewer extension to an existing sewer pumping station. The sewer extension includes 440 feet of eight-inch PVC sewer, five sewer manholes, 440 feet of six-inch sewer lateral and ancillary work including site restoration, curbing and earthwork items.
ESTIMATED COST: $193,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Descheneau EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Attleboro, City of Department of Planning and DevelopmentGovernment Center77 Park St.Attleboro, MA 02703
Above agency address or by email request, Monday - Friday, 8:30 A.M. - 4:00 P.M.
PHONE: 508-223-2222 ext. 3144CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-222-3046
PROJECT:Installation of High Efficiency Boiler and Ancillary Systems.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/26/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Mandatory walk-through: 8/17/11 at 10:00 A.M. at Twin Village Station, 796 South Main St., Attleboro.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Stephanie Davies EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
7
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Barnstable, Town of Department of Public Works382 Falmouth Rd.Hyannis, MA 02601
Above agency address, 8/10/11 at 12:00 P.M.
PHONE: 508-790-6400 ext. 4935CONTACT INFORMATION
PROJECT NUMBER: 08-000-12-002
FAX: 508-790-6400
PROJECT:Millway Boat Ramp Reconstruction Project.
ESTIMATED COST: $70,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Denise Geoffrion EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Barnstable, Town of Department of Public Works382 Falmouth Rd.Hyannis, MA 02601
Above agency address, 8/10/11 at 12:00 P.M.
PHONE: 508-790-6400 ext. 4935CONTACT INFORMATION
PROJECT NUMBER: 03-000-12-001
FAX: 508-790-6400
PROJECT:Hyannis Water Pollution Control Underground Tank Replacements and Appurtenances Project.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/8/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 8/25/11 at 2:00 P.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Denise Geoffrion EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
8
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Bedford, Town of Department of Public Works314 The Great Rd.Bedford, MA 01730
Above agency address, 8/11/11 at 10:00 A.M.
PHONE: 781-275-7605 ext. 102CONTACT INFORMATION
PROJECT NUMBER: KK-102
FAX: 781-275-9010
PROJECT:Replacement well to be within 100 feet of the original well. Existing well vault for Well 2 will be decommissioned but existing pump and motor will remain property of the Town. New well will be equipped with a pitless well adapter and a submersible pump and motor. The well will be connected to an existing adjacent water main. A new power feed and motor starters will be required for the Well No. 2 replacement.
ESTIMATED COST: $75,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Karen Kennedy EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Billerica, Town ofPublic Schools365 Boston Rd.Billerica, MA 01821
Knight, Bagge & Anderson, Inc., 6 Thirteenth St., Charlestown, MA 02129, 8/10/11 after 2:00 P.M.
PHONE: 617-241-2807CONTACT INFORMATION
PROJECT NUMBER: S117111-D
FAX: 617-241-2857
PROJECT:Rooftop A/C Replacement at the Hajjar Elementary School.
ESTIMATED COST: $70,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 9:00 A.M.
ADDITIONAL INFORMATION Pre-bid conference: 8/17/11 at 9:00 A.M. at the Hajjar Elementary School, 59 Rogers St., North Billerica. Plans and specs may be mailed upon receipt of a non-refundable mailing fee of $25.00, payable to K.B.A. Architects.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lee Hemenway EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
9
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City of Public Facilities Department26 Court St. 10th FloorBoston, MA 02108
Bid Counter at the above agency address, 8/8/11. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.
PHONE: 617-635-4809CONTACT INFORMATION
PROJECT NUMBER: 6959-A
FAX: 617-635-0555
PROJECT:Boston Fire Department Fire Alarm Headquarters Main Entry Repairs. The scope of work includes: Removal, reinstallation and restoration of cast stone components that comprise the north entry of the building; demolition of existing center wall and platform slabs down to existing foundation; removal and reinstallation of handrail and steel bar grating; removal of existing steel lintels above windows and doors; chipping, cutting and patching of concrete in various locations; and pouring and forming a new concrete center wall and pillars.
ESTIMATED COST: $250,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 12:00 P.M.
ADDITIONAL INFORMATION DCAM Certification Category: Masonry.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Bid Counter EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Boston, City ofHousing Authority52 Chauncy St.Boston, MA 02111
Above agency address, 8/4/11.
PHONE: 617-988-4041CONTACT INFORMATION
PROJECT NUMBER: BHA 0697-01
FAX: 617-988-4240
PROJECT:The Boston Housing Authority (BHA) is seeking the services and bids of qualified contractors to replace three Burnham V9 Series Boilers at the Mary Ellen McCormack Development in South Boston. BHA will supply the boilers it has received as warranty replacements.
ESTIMATED COST: $24,500
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Visit: 8/17/11 at 10:00 A.M. at the Management Office, 10 Kemp St., Boston. There is no charge for the specifications and bidding documents, which may be picked up at the above address or will be emailed on request. All inquiries regarding this bid shall be directed to the Purchasing Department by email to [email protected].
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
BHA Procurement Department EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
10
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofParks and Recreation Department1010 Massachusetts Ave. 3rd FloorBoston, MA 02118
Above agency address, 8/8/11 after 9:00 A.M.
PHONE: 617-961-3016CONTACT INFORMATION
PROJECT NUMBER: CPR23082
FAX:
PROJECT:Improvements to William Devine Golf Course, Franklin Park, Roxbury. Scope of work includes site preparation, earthwork, golf course drainage, bunker and tee shaping, paving, restorative landscaping.
ESTIMATED COST: $80,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 8/16/11 at 10:00 A.M. at the above agency address. Plans available for a $100 (non-refundable) fee. No mailings will be sent.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Scott Dupuis EMAIL:
CONTRACTOR QUALIFICATION:
AGENCY:Boston, City ofParks and Recreation Department1010 Massachusetts Ave. 3rd FloorBoston, MA 02118
Above agency address, 8/8/11 after 9:00 A.M.
PHONE: 617-961-3016CONTACT INFORMATION
PROJECT NUMBER: CPR23078
FAX:
PROJECT:Improvements to George Wright Golf Course, Hyde Park. Scope of work includes site preparation, earthwork, golf course drainage, bunker and tee shaping, paving, restorative landscaping.
ESTIMATED COST: $80,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 8/16/11 at 10:00 A.M. at the above agency address. Plans available for a $100 (non-refundable) fee. No mailings will be sent.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Scott Dupuis EMAIL:
CONTRACTOR QUALIFICATION:
11
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boxborough, Town of 29 Middle Rd.Boxborough, MA 01719
Boxborough Police Station, 520 Massachusetts Ave., Boxborough, MA 01719, 8/10/11. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 978-263-7546CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-263-0038
PROJECT:Re-Roof Fire Station.
ESTIMATED COST: $50,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/7/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-bid site visit: 8/24/11, 8:00 A.M. - 10:00 A.M. at the Fire Station. All bids must be accompanied by a 5% bid bond or deposit. This contract is subject to prevailing wages as determined by the Department of Labor and Industries as specified in M.G.L. c 149, §§ 26 - 27. Certification of OSHA training required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Randolph T. White EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Boylston, Town ofTown Administrator's Office221 Main St.Boylston, MA 01505
Above agency address or by email request to [email protected], 8/10/11 at 12:00 P.M. Office Hours: Monday - Thursday, 8:00 A.M. - 2:00 P.M.
PHONE: 508-869-0143 ext. 221CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-869-6210
PROJECT:Structural reinforcement of the John B. Gough Estate, a National Historic Landmark, at 221 Main Street. Concrete, steel and carpentry with minor mechanical/electrical. DCAM Category: Historic Building.
ESTIMATED COST: $196,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/7/11 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Briefing with Architect: 8/18/11 at 10:00 A.M. at Gough House or by appointment with the Town Administrator. Federally funded project requires MA prevailing wage and Davis Bacon rates.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Nancy Colbert Puff, Town Administrator EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
12
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Brockton, City of Parking Authority45 School St.Brockton, MA 02301
Procurement Department, 45 School St. 3rd Floor, Brockton, MA 02301 or online at www.ci.brockton.ma.us, following the links to Information , Procurement Postings, 8/10/11 at 10:00 A.M.
PHONE: 508-580-7191CONTACT INFORMATION
PROJECT NUMBER: BPA #12-03
FAX:
PROJECT:Repaving/Overlay/Repair of a Brockton Parking Authority Lot. Lot is located between Academy Inn and Schwartz Law Firm on Warren Ave.
ESTIMATED COST: $25,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 8/17/11 at 11:00 A.M. at the site.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael Morris EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Brockton, Town ofHousing Authority45 Goddard Rd.Brockton, MA 02301
8/10/11 after 12:00 P.M. Office Hours: 8:30 A.M. - 4:30 P.M.
PHONE: 508-588-6880CONTACT INFORMATION
PROJECT NUMBER: 1036-1038 Warren Ave
FAX: 508-580-6261
PROJECT:Complete rehabilitation of each apartment structure and exterior work to the building, including roofing, carpentry, siding repairs, kitchen and bathroom remodeling, flooring, painting, plumbing, HVAC and electrical.
ESTIMATED COST: $170,000 - $190,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Site walk-through: 8/16/11 at 10:00 A.M. at 1038 Warren Ave., Brockton. Plan deposit is $10.00. Additional fee for mailing requests is $15, payable to Brockton Housing Authority.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank L. Hinds/Nancy Macedo EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
13
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Brookline, Town of ***REVISED***333 Washington St.Brookline, MA 02445
***Bacson, 51 Loring Drive, Framingham, MA 01702, 8/8/11 after 2:00 P.M.
PHONE: 617-730-2100CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-739-7542
PROJECT:Heath School Renovations and Additions, 100 Eliot St., Brookline.
ESTIMATED COST: $7,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry, Misc. Metals, Waterproofing, Damproofing and Caulking, Roofing, Glass & Glazing,Tile, Acoustical Tile, Resilient Floors, Painting, Plumbing, HVAC, Electrical
SUB BID DEADLINE: 8/25/11 @ 2:00 P.M. GENERAL BID DEADLINE: 9/7/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid site visit: 8/18/11 at 1:00 P.M. at the Heath School, 100 Eliot St., Brookline (Not Newton). Plan deposit is $150 in the form of a certified check or bank money order, payable to the Town of Brookline.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ray Masak EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Cambridge, City ofHousing Authority166 Prospect St.Cambridge, MA 02139
Above agency address, 8/10/11 after 3:00 P.M.
PHONE: 617-520-6395CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-547-9821
PROJECT:Mechanical, Water Saving and Roofing Improvements at Jefferson Park (MA-3-21) in Cambridge, in accordance with the documents prepared by Next Phase Studios, Inc.
ESTIMATED COST: $2,400,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: 070002 Roofing & Flashing, 220001 Plumbing, 230001 HVAC, 260001 Electrical.
SUB BID DEADLINE: 8/24/11 @ 2:00 P.M. GENERAL BID DEADLINE: 9/07/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Site inspections for Filed Sub-Bidders: 8/17/11 at 10:00 A.M. at Jefferson Park, 1 Jackson Place, Cambridge. Site inspections for General Contractor: 8/31/11 at 10:00 A.M. at Jefferson Park, 1 Jackson Place, Cambridge. Plans available for a deposit of $50 per set in the form of a company, certified or cashier’s check. For additional information, please contact Garrett Anderson at 617-520-6395.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Garrett Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
14
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Cheshire, Town of P.O. Box 64780 Church St.Cheshire, MA 01225
By contacting Peter LeFebvre, Highway Superintendent at 413-743-3376 or Thomas Webb, Town Administrator at 413-743-7728, 8/10/11.
PHONE: 413-743-7728CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-743-0389
PROJECT:Bids are being requested for road resurfacing and reclamation.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Bids will be opened on 8/30/11 at 7:30 P.M. at the Board of Selectman's meeting.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thomas Webb or Peter LeFebvre EMAIL: [email protected];; highway@cheshire-ma
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Chester, Town ofOffice of the Board of Selectmen15 Middlefield Rd.Chester, MA 01011
Above agency address, Monday - Wednesday, 9:00 A.M. - 1:00 P.M.
PHONE: 413-354-2276CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:The Town of Chester, acting through its Highway Superintendent invites sealed bids from contractors who are pre-qualified by MassDOT to apply approximately 1,980tons/2.5" of Mass Top and 650.Tons of 3/4" dense grade to Bromley Rd. within the Town Of Chester.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/29/11 @ 6:00 P.M.
ADDITIONAL INFORMATION Bids will be publicly opened and read aloud on 8/29/11 at 6:15 P.M. The Board of Selectmen reserves the right to reject any or all bids, to waive minor informalities or irregularities in any bid and to make an award in any manner consistent with the law and deemed to be in the best interests of the Town Of Chester.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Rene Senecal, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
15
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Dunstable, Town of Highway Department511 Main St.Dunstable, MA 01827
Above agency address, Monday - Thursday, 8:00 A.M. - 2:00 P.M.
PHONE: 978-649-4514 ext. 227CONTACT INFORMATION
PROJECT NUMBER:
FAX: 9786498893
PROJECT:Treated stone seal, various streets. Bid item: Liquid bituminous material, treated stone seal.
ESTIMATED COST: $100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 12:00 P.M.
ADDITIONAL INFORMATION Bid opening on 8/29/11 at 7:00 P.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Terry Atwood EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Duxbury, Town ofHousing Authority59 Chestnut St.Duxbury, MA 02332
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749 or online at www.biddocsonline.com, 8/10/11 at 9:00 A.M.
PHONE: 781-934-6618CONTACT INFORMATION
PROJECT NUMBER: DHCD FISH #082026
FAX: 781-934-3289
PROJECT:Replacement of dwelling unit load centers, kitchen and bathroom receptacles with new ground fault receptacles.
ESTIMATED COST: $82,500.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Linda Bacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
16
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Everett, City of 484 BroadwayEverett, MA 021149
By contacting Larry Berger at 617-394-2245 or [email protected].
PHONE: 617-394-2290CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-394-2339
PROJECT:Restoration and Repair of the Ceremonial Entrance at Everett Memorial Stadium.
ESTIMATED COST: $500,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry, Roofing, Electric
SUB BID DEADLINE: 8/24/11 @ 10:00 A.M. GENERAL BID DEADLINE: 8/31/11 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jill Barringer, Esq. EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Fairhaven, Town ofPlanning and Economic Development Department40 Center St.Fairhaven, MA 02719
Above agency address or G.C.G. Associates, Inc., 84 Main St., Wilmington, MA 01887, 8/10/11, 8:00 A.M. - 5:00 P.M.
PHONE: 978-657-9714CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-657-7915
PROJECT:Spring St. Reconstruction from Main to Green Streets: Approximately 900 feet including sewer, drainage, sidewalk and street improvements.
ESTIMATED COST: $536,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/30/11 @ 11:00 A.M.
ADDITIONAL INFORMATION MassDOT pre-qualification required. (Attn.: William Roth.)
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mike Carter, GCG Associates, Inc. EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
17
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Fall River, City of Community Maintenancec/o Purchasing DepartmentOne Government CenterFall River, MA 02722
Above agency address, 8/10/11. Office Hours: Monday - Friday, 9:00 A.M. - 5:00 P.M.
PHONE: 508-324-2250CONTACT INFORMATION
PROJECT NUMBER: IFB 12-10
FAX: 508-324-2255
PROJECT:Pulaski Park Playground Renovation: Installation of Playground Equipment.
ESTIMATED COST: $65,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:00 A.M.
ADDITIONAL INFORMATION 5% Bid Bond, 10% MBE.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Arlene Robinette EMAIL:
CONTRACTOR QUALIFICATION:
AGENCY:Falmouth, Town of Department of Public WorksEngineering Division416 Gifford St.Falmouth, MA 02540
Above agency address, 8/11/11 after 2:00 P.M.
PHONE: 508-457-2543 ext. 3101CONTACT INFORMATION
PROJECT NUMBER: Old Barnstable Road
FAX: 508-548-1537
PROJECT:Asphalt Reclamation/Asphalt Emulsion Injection/Fine Grading and Compaction on Old Barnstable Rd. Length is 5,500 Linear Feet.
ESTIMATED COST: $170,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Peter M. McConarty EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
18
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Framingham, Town of Memorial Building 150 Concord St.Framingham, MA 01702
Above agency address or by email request to [email protected], 8/10/11 at 10:00 A.M.
PHONE: 508-532-5960CONTACT INFORMATION
PROJECT NUMBER: 6257
FAX: 508-872-2591
PROJECT:The Town of Framingham is seeking bidders to furnish all labor and materials required for Aluminum Docks in accordance with the Plans and Specifications.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Christopher McGinty EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Framingham, Town of Memorial Building 150 Concord St.Framingham, MA 01702
PHONE: 508-532-5436CONTACT INFORMATION
PROJECT NUMBER: 6256
FAX: 508-532-5445
PROJECT:The Town of Framingham is seeking quotes to refinish the metal mansard roof, wood fascias and soffits at the Framingham Engine #1 Building, 1055 Worcester Rd., Framingham. The work will include repair of wood soffits, preparation and painting. Metal roofs will be prepared, primed and two coats of high performance coating will be applied.
ESTIMATED COST: $70,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Meeting/Walk-Through: 8/17/11 at 10:00 A.M. in the parking lot behind the Engine #1 Building.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Douglas J. Goddard EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
19
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Framingham, Town ofDepartment of Public Works110 Western Ave.Framingham, MA 01702
Above agency address, 8/10/11 after 10:00 A.M.
PHONE: 508-532-6040CONTACT INFORMATION
PROJECT NUMBER: PW-209
FAX: 508-620-4884
PROJECT:The Town of Framingham Department of Public Works invites sealed bids for the resurfacing of Concord St. south of Gorman Rd. to just north of Lincoln St. Work includes: Pavement milling; placement of a HMA top course; structure adjustment; HMA and concrete sidewalk repair; re-application of pavement markings. Permanent trench repair will take place in select locations throughout the entire length of the project.
ESTIMATED COST: $1 Million
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 1:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Amy L. Putney EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Gloucester, City of Purchasing Department9 Dale Ave.Gloucester, MA 01930
8/10/11
PHONE: 978-281-9710CONTACT INFORMATION
PROJECT NUMBER: 12041
FAX: 978-281-8763
PROJECT:HVAC Roof Top Units Maintenance and Repair.
ESTIMATED COST: $25,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 8/16/11 at 8:00 A.M. at Gloucester High School. A $25.00 fee is required if mailing is requested.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dana O'Brien EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
20
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Greenfield, Town of Mayor's Office14 Court SquareGreenfield, MA 01301
Above agency address or online at www.greenfield-ma.gov, 8/10/11 at 10:00 A.M.
PHONE: 413-772-1567 ext. 102CONTACT INFORMATION
PROJECT NUMBER: 12-05
FAX: 413-772-1519
PROJECT:Re-roofing at the Federal Street School, 125 Federal St., Greenfield.
ESTIMATED COST: $300,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 1:00 P.M.
ADDITIONAL INFORMATION Pre-bid walk-through: 8/15/11 at 11:00 A.M. at the Federal Street School, 125 Federal St., Greenfield.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lane Kelly EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Greenfield, Town of Mayor's Office14 Court SquareGreenfield, MA 01301
Above agency address or online at www.greenfield-ma.gov, 8/10/11 at 9:00 A.M.
PHONE: 413-772-1567 ext. 102CONTACT INFORMATION
PROJECT NUMBER: 12-07
FAX: 413-772-1519
PROJECT:Partial Re-roofing of the Greenfield Public Library.
ESTIMATED COST: $18,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid site visit: 8/15/11 at 12:30 P.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lane Kelly EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
21
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Greenfield, Town of Mayor's Office14 Court SquareGreenfield, MA 01301
Above agency address or online at www.greenfield-ma.gov, 8/10/11 at 9:00 A.M.
PHONE: 413-772-1567 ext. 102CONTACT INFORMATION
PROJECT NUMBER: 12-08
FAX: 413-772-1519
PROJECT:Repair and rehabilitation of the Fire Escape at the Greenfield Public Library involving steel fabrication, sandblasting, painting and concrete seating.
ESTIMATED COST: $20,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 2:30 P.M.
ADDITIONAL INFORMATION Pre-bid site visit: 8/15/11 at 1:00 P.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lane Kelly EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Hadley, Town of100 Middle St.Hadley, MA 01035
Bayside Engineering, Inc., 600 Unicorn Park Drive, Woburn, MA 01801 and Hadley Department of Public Works, 230 Middle St., Hadley, MA 01035, 8/11/11 at 10:00 A.M.
PHONE: 781-932-3201CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-932-3413
PROJECT:Replacement of water line at the Dwyers Bridge, located over an abandoned section of Route 47/Old River Rd. The work includes: Replacement of approximately 150 LF of existing water line using "Horizontal Directional Drilling" and installing a new 12-inch high density polyethylene water pipe beneath the existing Dwyers Bridge; additional water gates and other water line related items.
ESTIMATED COST: $45,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/13/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Deliver Bids to Town of Hadley, Department of Public Works, 230 Middle St., Hadley, MA 01035, Attn.: Gary Girouard, Director of Public Works.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael W. Rizzo Jr. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
22
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Hanover, Town of Public Schools188 BroadwayHanover, MA 02339
Above agency address, 8/10/11 at 10:30 A.M.
PHONE: 781-878-0786CONTACT INFORMATION
PROJECT NUMBER: Landscape12
FAX: 781-871-3374
PROJECT:Grounds Fertilization, Landscape Services and Integrated Pest Management Services.
ESTIMATED COST: $18,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/29/11 @ 10:30 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joanne McDonoguh EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830
Online at www.ci.haverhill.ma.us or www.comm-pass.com, 8/1/11 at 10:00 A.M.
PHONE: 978-420-3606CONTACT INFORMATION
PROJECT NUMBER: IFB007.12
FAX: 978-521-4348
PROJECT:The City is seeking bids for the installation of outside municipal fire alarm cable, necessary for Project File No. 600214, Haverhill Route 125, South Main St. This phase of the project is relocation of the main municipal signal cable between fire alarm headquarters and the South Main St. Fire Station.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
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.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert DeFusco EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
23
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Ipswich, Town of Purchasing Department25 Green St.Ipswich, MA 01938
For pick-up at the above agency address during regular business or by email request to [email protected].
PHONE: 978-356-6608CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-356-6616
PROJECT:Department of Public Works Gasoline Underground Storage (UST) and Distribution System Upgrade.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Please contact Rick Clarke, DPW Director at 978-356-6612 for technical questions concerning the upgrade.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank Antonucci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Ipswich, Town of Purchasing Department25 Green St.Ipswich, MA 01938
AECOM, 701 Edgewater Drive, Wakefield, MA 01880, 8/10/11, 8:30 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.
PHONE: 781-224-6607CONTACT INFORMATION
PROJECT NUMBER: 2011-01
FAX: 781-245-6293
PROJECT:North Main St. Water Main Improvement Project. Work to be completed by 11/15/11 with temporary bypass piping removed and decommissioned to prevent freezing problems and service interruptions. If the project cannot be completed prior to 11/15/11, work will commence in April 2012.
ESTIMATED COST: $600,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 2:00 P.M.
ADDITIONAL INFORMATION A $75 refundable deposit and a $25 non-refundable mailing fee are required for contract documents in the form of two separate company checks or money orders (no cash) with complete company information, payable to AECOM, Attn.: Spec/Plan request. Please note that the Town will require MassHighway pre-qualification, required OSHA training under M.G.L. c. 30, § 39M, adherence to MassDEP drinking water state revolving fund requirements and adherence to other applicable state and federal laws as outlined in the bid specifications.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Linda Arpino EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
24
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Lawrence, City of Office of the Purchasing Agent200 Common St. Room 301Lawrence, MA 01840
Above agency address, 8/10/11 at 9:00 A.M.
PHONE: 978-620-3242CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-722-9120
PROJECT:Steam Pipe and Welding Services at various city buildings on an as needed basis throughout the contract period.
ESTIMATED COST: $120,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 11:00 A.M.
ADDITIONAL INFORMATION This contract is subject to OSHA certification and prevailing wage requirements. The Contract will be awarded in accordance with the provisions of M.G.L. c. 149.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Rita V Brousseau EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Lee, Town of Department of Public Works32 Main St.Lee, MA 01238
DPW Office, 45 Railroad St., Lee, MA 01238, 8/11/11 at 9:00 A.M.
PHONE: 413-243-5520CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-243-5522
PROJECT:Memorial Hall and Central Fire Station Painting, and Exterior Window Washing.
ESTIMATED COST: $70,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dennis Kelly EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
25
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Lynn, City ofPurchasing Department3 City Hall Square Room 205Lynn, MA 01901
Above agency address, 8/10/11 at 8:30 A.M. Office Hours: Monday, Wednesday and Thursday, 8:30 A.M. - 4:00 P.M.; Tuesday, 8:30 A.M. - 8:00 P.M.; Friday, 8:30 A.M. - 12:30 P.M.
PHONE: 781-586-6893CONTACT INFORMATION
PROJECT NUMBER: 03-85
FAX: 781-477-7027
PROJECT:Comprehensive Program to Facilitate the Restoration and Preservation of Bituminous Concrete Pavements for the City of Lynn Department of Public Works, the Lynn Water and Sewer Commission and the Lynn Housing Authority.
ESTIMATED COST: $175,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 11:00 A.M.
ADDITIONAL INFORMATION All Prospective Bidders must be Pre-qualified by the Massachusetts Department of Transportation Pre-qualification Office on the Official Bid List in the specified class of work in order to obtain specifications for bidding. Deadline for Questions on this bid is 8/16/11 at 12:00 P.M. by fax to 781-477-7027, Attn.: Charles White or by email to [email protected]. This project is bid under M.G.L. c. 30, § 39M
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Charles E. White EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Maynard, Town of Department of Public Works195 Main St.Maynard, MA 01754
Above agency address, 8/10/11 at 12:00 P.M.
PHONE: 978-897-1317CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-897-7290
PROJECT:Glenwood Cemetery Historical Fence Repairs, Parker St., Maynard.
ESTIMATED COST: $170,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION DCAM Contractor Qualification for bidders is Miscellaneous and Ornamental Iron. Site Briefing: 8/17/11 at 2:00 P.M. at the Glenwood Cemetery Main Entrance, Parker St. at Walker St. (near Great Rd.), Maynard. Deposit for Plans and specifications is $50.00 per set in the form of a bank check or money order. Mailing fee is $35.00 (non-refundable).
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jerry Flood EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
26
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Methuen, City of 41 Pleasant St. Suite 303Methuen, MA 01844
Above agency address or online at www.cityofmethuen.net, 8/10/11 after 9:00 A.M.
PHONE: 978-983-8535CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-983-8971
PROJECT:The City of Methuen Town Yard is looking for a qualified vendor to strip the existing roof down to sheathing and re-roof as to specifications.
ESTIMATED COST: Up To $60,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 10:00 A.M.
ADDITIONAL INFORMATION For questions or to inspect the roofs at the Town Yard please call Bill McEvoy at 978-983-8865.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauri Antonacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Methuen, City of Office of the City ClerkSearles Building41 Pleasant St.Methuen, MA 01844
C.D.M., 50 Hampshire St., Cambridge, MA 02139, 8/10/11 at 11:00 A.M.
PHONE: 617-452-6000CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-452-8000
PROJECT:Jackson Street Drainage Improvements. The work includes furnishing and installing approximately 3,600 linear feet of 12-inch through 24-inch PVC pipe and appurtenances, including precast concrete manholes, catch basins, reinforced concrete flared ends and all other miscellaneous work required to construct the Jackson Street Drainage Improvements.
ESTIMATED COST: $400,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Alonzo McConnico EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
27
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Middleton, Town ofMemorial Hall **REVISED**48 South Main St.Middleton, MA 01949
Souza, True & Partners, Inc., 653 Mt. Auburn St., Watertown, MA 02472, 7/20/11 after 12:00 P.M.
PHONE: 617-926-6100CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-924-4431
PROJECT:Fire Station Apparatus Room Concrete Floor Repairs. DCAM Certificate for General Construction required.
ESTIMATED COST: $80,000 - $100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/18/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Revised Bid Deadline.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Terry Louderback, Souza, True & Partners, Inc. EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Mt. Washington, Town of118 East St.Mt. Washington, MA 01258
PHONE: 413-528-2730CONTACT INFORMATION
PROJECT NUMBER: 50898-2011 East/West
FAX: 413-528-6430
PROJECT:Reclaiming and resurfacing a section of West St. for a distance of 1,000 LF by 21' with 2" of MassDOT HMA binder and top with tack coat. Also a section of East St. and Cross Rd., approximately 7,760 LF by 21' with 1" level with tack 2" top.
ESTIMATED COST: $642.50/Ton Base Price.
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/29/11 @ 7:00 P.M.
ADDITIONAL INFORMATION The Town of Mt. Washington, acting through the Select Board, will accept bids at the above agency address until the deadline.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jim Beckwith/Sean VanDuesen EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
28
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Needham, Town ofPublic Works DepartmentAdministration Office470 Dedham Ave. 2nd FloorNeedham, MA 02492
Above agency address or online at www.needhamma.gov/bids.aspx, 8/10/11 at 2:00 P.M.
PHONE: 781-455-7538CONTACT INFORMATION
PROJECT NUMBER: IFB FY 12-21-01
FAX: 781-449-9023
PROJECT:Memorial Park Spectator Bleacher Pads Demolition and Construction.
ESTIMATED COST: $35,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid meeting: 8/18/11 at 10:00 A.M. at 500 Dedham Ave., Needham. Plans and specs available on the Town of Needham website at no charge or for pick up at the DPW Administration Office for a non-refundable $25 fee. Bids are subject to wage rates and M.G.L. c. 30, § 39M. Bid submission deposit of at least 5% of the bid value required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thomas Ryder EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Newton, City of ***RE-BID***1000 Commonwealth Ave. Room 204Newton Centre, MA 02459
Above agency address or online at www.ci.newton.ma.us/bids, 8/11/11 at 10:00 A.M.
PHONE: 617-796-1220CONTACT INFORMATION
PROJECT NUMBER: #12-09
FAX: 617-796-1227
PROJECT:RFP for Furnishing and Installation of Four Modular Classrooms at Three Elementary Schools.
ESTIMATED COST: $850,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 8/18/11 at 10:00 A.M. at the above agency address. 5% Bid Surety Required. DCAM Category: Modular Construction/Prefabrication.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Rositha Durham, Chief Procurement Officer EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
29
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Newton, City of 1000 Commonwealth Ave. Room 204Newton Centre, MA 02459
Above agency address or online at www.ci.newton.ma.us/bids, 8/11/11 at 10:00 A.M.
PHONE: 617-796-1220CONTACT INFORMATION
PROJECT NUMBER: 12-08
FAX: 617-796-1227
PROJECT:Annual Asbestos Removal Service Contract.
ESTIMATED COST: $100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 10:00 A.M.
ADDITIONAL INFORMATION 5% Bid Surety Required. DCAM Category: Asbestos Abatement.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Rositha Durham, Chief Procurement Officer EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Newton, City of 1000 Commonwealth Ave. Room 204Newton Centre, MA 02459
Above agency address or online at www.ci.newton.ma.us/bids, 8/11/11 at 10:00 A.M.
PHONE: 617-796-1220CONTACT INFORMATION
PROJECT NUMBER: #12-10
FAX: 617-796-1227
PROJECT:Crafts Street Garage HVAC Improvements.
ESTIMATED COST: $60,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:30 A.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 8/18/11 at 11:30 A.M. at 90 Crafts St., Newton. 5% Bid Surety Required. DCAM Category: HVAC Systems.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Rositha Durham, Chief Procurement Officer EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
30
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:North Attleboro, Town ofFire Department50 Elm St.North Attleboro, MA 02760
Above agency address, 8/10/11. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M.
PHONE: 508-699-0140CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Provide and install gas fired rooftop units to provide heating and air conditioning to the fire station.
ESTIMATED COST: $75,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/30/11 @ 7:00 P.M.
ADDITIONAL INFORMATION Mandatory site visit: 8/15/11 at 9:00 A.M. 5% Bid Deposit, OSHA Certification and Prevailing Wage Rates apply.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Chief Peter Lamb EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Northampton, City ofCentral Services240 Main St.Northampton, MA 01060
Above agency address, by email request to [email protected] or by contacting Central Services at 413-587-1238.
PHONE: 413-587-1020CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-587-1248
PROJECT:Security System Upgrades for City Buildings.
ESTIMATED COST: $40,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION There will be a walk through for the project.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jason Doyle EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
31
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Northampton, City ofHousing Authority 49 Old South St.Northampton, MA 01060
Above agency address, 8/10/11. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 413-584-4030CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-582-1350
PROJECT:McDonald House Elevator Upgrade. DCPO Certification Required in Elevators.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-Bid conference: 8/17/11 at 10:00 A.M. at McDonald House, 49 Old South St., Northampton.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael Owens EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Palmer, Town of Water Pollution Control Facility (WPCF)1 Norbell St.Three Rivers, MA 01080
Tighe & Bond, Inc., 53 Southampton Rd., Westfield, MA 01085.
PHONE: 508-471-9638CONTACT INFORMATION
PROJECT NUMBER: P-0606
FAX: 508-795-1087
PROJECT:Palmer WPCF Solar Water Heating System: Furnish and install a solar water heating system and all appurtenances to supplement existing water heating system in the Administration Building.
ESTIMATED COST: $40,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/14/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Anthony M. Sylvia EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
32
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Phillipston, Town of ***RE-BID***50 The CommonPhillipston, MA 01331
Narragansett Regional School District Offices, 462 Baldwinville Rd., Templeton, MA 01436.
PHONE: 978-939-5661CONTACT INFORMATION
PROJECT NUMBER: 05-11-Boiler
FAX: 978-939-5179
PROJECT:Boiler replacement and associated asbestos abatement. The school is located at 20 The Common, Phillipston.
ESTIMATED COST: $80,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Call to arrange a pre-bid walk through appointment. DCAM Certification for HVAC as prime required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Diane Clark EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Plainville, Town of ***RE-BID***Selectmen's Office P.O. Box 1717142 South St.Plainville, MA 02762
Above agency address.
PHONE: 508-695-3142 ext. 11CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-695-1857
PROJECT:Rubber membrane roof replacement and miscellaneous associated repairs at the Public Safety Building.
ESTIMATED COST: $80,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Non-mandatory bidder conference: 8/22/11 at 10:00 A.M. at 157 South St., Plainville. DCAM Certification is not required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joseph E. Fernandes, Town Administrator EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
33
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Quincy, City of ***SUB-BIDS ONLY***1305 Hancock St.Quincy, MA 02169
Online at www.quincyma.gov, 8/10/11.
PHONE: 617-376-1060CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-376-1074
PROJECT:RFQ for filed sub-bidder for the New Central Middle School, 15 St. Anne's Rd., Quincy.
ESTIMATED COST: $32,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry; Misc. & Ornamental Iron; Waterproofing, Dampproofing & Caulking; Roofing & Flashing; Metal Windows; Glazing; Lath & Plaster; Tile; Resilient Flooring; Painting; Acoustical Ceilings; Compact; Traction Elevators; Plumbing; HVAC; Electrical
SUB BID DEADLINE: 8/25/11 @ 11:00 A.M. GENERAL BID DEADLINE:
ADDITIONAL INFORMATION (Attn.: Kathryn R. Hobin.)
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kim Trillcott Caporale EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Rockland, Town ofBoard of Selectmen242 Union St.Rockland, MA 02370
Above agency address or by email request, 8/11/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.
PHONE: 781-871-1874 ext. 100CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-871-0386
PROJECT:Solar Photovoltaic Project at Beech Street Landfill, Rockland. The Town of Rockland, pursuant to M.G.L. c. 30B, is soliciting proposals from qualified and experienced solar energy Developers to permit, design, construct, own, operate and maintain a solar photovoltaic energy system at the Town's Beech Street Landfill.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 10/5/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Optional Pre-Proposal Conference/Site Tour: 8/31/11 at 10:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mary B. Stewart, Executive Assistant EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
34
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Sheffield, Town ofWater CompanyP.O. Box 2951080 Undermountain Rd.Sheffield, MA 01257
Otter Creek Engineering, Inc., 110 Merchants Row 4th Floor Suite 15, Rutland, VT 05701.
PHONE: 802-747-3080CONTACT INFORMATION
PROJECT NUMBER: Contract No. 1
FAX: 802-747-4820
PROJECT:Water Storage Tank: 211,700 gallon glass-fused-to-steel water storage tank, piping, and appurtenances.
ESTIMATED COST: $350,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 1:00 P.M.
ADDITIONAL INFORMATION Contact Otter Creek Engineering for Contract Documents. Bid opening will be held 115 Main St., Sheffield (next to Old Parish Congregational Church).
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mark P. Youngstrom, P.E., Otter Creek Engineering, Inc. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Springfield, City ofOffice of Procurement36 Court St. Room 405Springfield, MA 01103
Online at www.biddocsonline.com, 8/10/11 at 2:00 P.M.
PHONE: 413-787-7843CONTACT INFORMATION
PROJECT NUMBER: 12-035
FAX: 413-787-6295
PROJECT:Provide all labor, material and equipment to perform demolition of the Drill Shed portion of the South End Community Center, 29 Howard St., Springfield.
ESTIMATED COST: $110,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Helen Gates-Bryant EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
35
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Springfield, City ofWater and Sewer Commission250 M St. ExtensionAgawam, MA 01001
Above agency address, 8/10/11 at 10:00 A.M.
PHONE: 413-787-6256CONTACT INFORMATION
PROJECT NUMBER: CA-1203-12
FAX: 413-787-6269
PROJECT:Removal and disposal of existing light fixtures and installation of new light fixtures per Springfield Water and Sewer Commission specifications.
ESTIMATED COST: $160,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/29/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Mandatory Pre-Bid Meeting: 8/19/11 at 10:00 A.M. at the Springfield Regional Wastewater Facility, 190 M St. Extension, Agawam.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Daniel Downie EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Stoneham, Town of Department of Public Works16 Pine St.Stoneham, MA 02180
PHONE: 781-438-0760CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Fence and Guard Rail installation and repair.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Sealed bids will be publicly opened and read on 8/25/11 in the Hearing Room at 35 Central St., Stoneham.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dan Dragani EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
36
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Stoneham, Town of Department of Public Works16 Pine St.Stoneham, MA 02180
PHONE: 781-438-0760CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Tree Work Including Take Downs, Trimming and Stump Grinding Services.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Sealed bids will be publicly opened and read on 8/25/11 in the Hearing Room at 35 Central St., Stoneham.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dan Dragani EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Stoneham, Town of Department of Public Works16 Pine St.Stoneham, MA 02180
PHONE: 781-438-0760CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Pumping Stations Maintenance and Repairs.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Sealed bids will be publicly opened and read on 8/25/11 in the Hearing Room at 35 Central St., Stoneham.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dan Dragani EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
37
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Stoughton, Town of10 Pearl St.Stoughton, MA 02072
8/3/11 at 9:00 A.M.
PHONE: 781-232-9263CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-341-1086
PROJECT:The contract involves the painting of approximately 900 square feet of ceilings and walls in the Town Hall. The work is spread out in nine locations.
ESTIMATED COST: $15,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/30/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-bid walk-through: 8/24/11 at 11:00 A.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ben Fehan EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Tewksbury, Town of 999 Whipple Rd.Tewksbury, MA 01876
PHONE: 978-640-4440CONTACT INFORMATION
PROJECT NUMBER: PW-12-06
FAX: 978-640-4445
PROJECT:Demolition of Structure located at 255 Livingston St., Tewksbury: Demolish Structure, remove all debris including foundation, backfill and level to appropriate grade; remove stockade fence attached to back of Building.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brian Gilbert EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
38
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Townsend, Town of Board of SelectmenMemorial Hall272 Main St.Townsend, MA 01469
Above agency address, by fax to 978-597-1719 or by email to [email protected], 8/10/11.
PHONE: 978-597-1700 ext. 1701CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-597-1719
PROJECT:Repainting of Memorial Hall and window glazing.
ESTIMATED COST: $50,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Andrew Sheehan EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Tyngsborough, Town of 25 Bryants LaneTyngsborough, MA 01879
8/10/11 at 8:30 A.M.
PHONE: 978-649-2317CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Town Offices Spray Foam Insulation and Ignition Barrier Paint Installation. The Town of Tyngsborough is seeking bids for the installation of spray foam insulation and ignition barrier paint at the Town Offices, 25 Bryants Lane, Tyngsborough.
ESTIMATED COST: $125,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael P. Gilleberto EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
39
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Waltham, City of Purchasing Department610 Main St.Waltham, MA 02452
Online at www.city.waltham.ma.us/purchasing/index.html or by email to [email protected].
PHONE: 781-314-3244CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Elevator Maintenance.
ESTIMATED COST: $35,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joseph P. Pedulla EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Watertown, Town of Purchasing Department149 Main St.Watertown, MA 02472
Above agency address or online at www.watertown-ma.gov at the "Document Center" link.
PHONE: 617-972-6414CONTACT INFORMATION
PROJECT NUMBER: 10-01S
FAX: 617-972-6403
PROJECT:Infiltration/Inflow Removal Project Sewer Replacement.
ESTIMATED COST: $495,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Raeleen Parsons EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
40
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Watertown, Town of Purchasing Department149 Main St.Watertown, MA 02472
Above agency address or online at www.watertown-ma.gov at the "Document Center" link.
PHONE: 617-972-6414CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-972-6403
PROJECT:Sewer and Drain Cleaning and TV Inspection.
ESTIMATED COST: $215,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:30 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Raeleen Parsons EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Wayland, Town ofDepartment of Public Works41 Cochituate Rd.Wayland, MA 01778
Nashoba Blue Print, 433 Main St., Hudson, MA 01749, 8/11/11 at 2:00 P.M.
PHONE: 508-303-9400CONTACT INFORMATION
PROJECT NUMBER: 2208-10
FAX: 508-303-9500
PROJECT:The Work of this Contract generally consists of the furnishing and installation of approximately 2,000 linear feet of 12-inch diameter and eight-inch diameter ductile iron water main at the intersections of Commonwealth Road/Route 30 and Main St./Route 27 with associated valves, fittings and hydrants with temporary bypass piping and night work. The new water main will be replacing the existing cast iron water main, which must be removed and properly disposed of.
ESTIMATED COST: $475,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Plan deposit is $50.00 per set in the form of a company or certified check, payable to Tata & Howard, Inc., refundable upon return of Contract Documents in good condition, postpaid if mailed, within 30 days of the bid opening. Refunds are limited to two sets per bidder or non-bidder. Contract Documents will be mailed to prospective bidders upon request and receipt of $25.00 (non-refundable) in the form of a separate company or certified check, payable to Nashoba Blue Print.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Stephanie Tarves EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
41
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:West Newbury, Town ofOffice of the Town Clerk Town Office Building381 Main St.West Newbury, MA 01985
Above agency address.
PHONE: 978-363-1100 ext. 110CONTACT INFORMATION
PROJECT NUMBER: DPW 11-03
FAX: 978-363-1117
PROJECT:Energy Conservation Measures at the Page School, West Newbury, including removal of existing rock wool insulation from attic, seal ducts and pipes, install new blown insulation into attic and restore site.
ESTIMATED COST: $30,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid Conference/Site inspection: 8/17/11 at 2:00 P.M. at John C. Page School, Main St., West Newbury.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael P. McCarron EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:West Springfield, Town of Department of Public Works26 Central St. Suite 17West Springfield, MA 01089-2763
Above agency address, 8/8/11 at 8:00 A.M.
PHONE: 413-263-3249CONTACT INFORMATION
PROJECT NUMBER: 12-0011
FAX: 413-734-9745
PROJECT:Provide approximately 980 feet of perimeter security fence at the Bridge Street Sanitary Pumping Station and associated Maintenance building. Also furnish and install two 6' high by 20' wide metal slide gate (aluminum finish) with barbed wire.
ESTIMATED COST: $20,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Mandatory Pre-bid conference August 18, 2011 @ 10:00 AM at project site - 44 Bridge Street, West Springfield, MA 01089. Plans available by email by contacting the Town Engineer at 413-263-3249.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
James W. Lyons EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
42
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Westford, Town of 55 Main St.Westford, MA 01886
Online at www.westfordma.gov, 8/3/11 at 8:00 A.M.
PHONE: 978-692-5501CONTACT INFORMATION
PROJECT NUMBER: 2011 HVAC MAINTENANCE BID
FAX: 978-399-2557
PROJECT:The town is seeking a HVAC contractor to provide emergency, routine and preventive maintenance services in the town of Westford municipal buildings and schools for a minimum of one year with the option to extend annually for an additional two years.
ESTIMATED COST: $30,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Mangiaratti EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Westford, Town of55 Main St.Westford, MA 01886
Online at www.westfordma.gov, 8/3/11 at 8:00 A.M.
PHONE: 978-692-5501CONTACT INFORMATION
PROJECT NUMBER: 2011 Roof 54 Broadway
FAX: 978-399-2557
PROJECT:Replacement of asphalt shingle roof on former fire sub-station located at 54 Broadway St., Westford.
ESTIMATED COST: $10,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Email questions to [email protected].
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Mangiaratti EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
43
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Winchendon, Town ofHousing Authority108 Ipswich DriveWinchendon, MA 01475
Above agency address, Monday - Thursday, 9:00 A.M. - 3:00 P.M. and Friday, 9:00 A.M. - 12:00 P.M.
PHONE: 978-297-2280 ext. 302CONTACT INFORMATION
PROJECT NUMBER: MA039-2011-005
FAX: 978-297-0922
PROJECT:Complete Renovation of a One Bedroom Bungalow Unit at 130 Ipswich Drive to Full Handicapped Accessibility. This work is similar to work completed in 2005 at 96 and 129 Ipswich Drive.
ESTIMATED COST: $150,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Bid Specs require a $100 Bid Deposit. Fee for Mailing Requests is $25. Both deposits must be in the form of Checks, payable to the Winchendon Housing Authority.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David P. Connor EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Woburn, City ofHousing Authority59 Campbell St.Woburn, MA 01801
Above agency address, 8/10/11.
PHONE: 781-935-0818CONTACT INFORMATION
PROJECT NUMBER: 347032
FAX: 781-937-0965
PROJECT:Building Envelope, Roofing, Accessibility and Site Improvements at Library Place 667-4.
ESTIMATED COST: $1,500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry, Misc. Metals, Roofing & Flashing, Painting
SUB BID DEADLINE: 8/31/11 @ 2:00 P.M. GENERAL BID DEADLINE: 9/14/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Site inspection: 8/17/11 at 10:00 A.M. at One Library Place, Woburn. DCAM Category for General Bidders: General Building Construction.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Steve Kutny EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
44
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Bay Community College, Massachusetts 50 Oakland St.Wellesley Hills, MA 02481
Above agency address or online at www.comm-pass.com, 8/10/11. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M.
PHONE: 781-239-2572CONTACT INFORMATION
PROJECT NUMBER: 12-02 HVAC PM & Support
FAX: 781-239-2226
PROJECT:Preventative Maintenance and Support of Heating, Ventilating and Air Conditioning Equipment. Under this agreement, the Contractor will be responsible for providing a preventative maintenance and support program for the HVAC equipment listed in section VI, located in the following buildings at the Wellesley Hills campus: Power Plant; Carey building; 1919 building; Recreation and Wellness building.
ESTIMATED COST: $60,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Plans will not be mailed, faxed or emailed.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauren Curley EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Berkshire Community College1350 West St.Pittsfield, MA 01201
By email request to the Director of Procurement at [email protected] or by calling William Mannix at 413-236-3036.
PHONE: 413-236-3036CONTACT INFORMATION
PROJECT NUMBER: BCC 12-01
FAX: 413-443-5166
PROJECT:Berkshire Community College is requesting bids from qualified contractors for the installation and renovation of tennis courts at property located on the Berkshire Community College main campus. Project consists of reconstruction of existing tennis courts, construction of new tennis courts and general site improvements.
ESTIMATED COST: $200,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Mandatory pre-bid site visit: 8/18/11 at 10:00 A.M. at the Paterson Field House, 1350 West St., Pittsfield.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
William Mannix EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
45
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Blackstone Millville Regional School District 175 Lincoln St.Blackstone, MA 01504
Garcia, Galuska & DeSousa, Inc., 370 Faunce Corner Rd., Dartmouth, MA 02747, 8/10/11 at 8:00 A.M.
PHONE: 508-998-5700CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-998-0883
PROJECT:Blackstone-Millville Regional High School Generator Upgrade: Replacement of existing interior generator with new exterior natural gas generator.
ESTIMATED COST: $95,000.
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid conference: 8/23/11 at 2:00 P.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jorge Rosa EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Capital Asset Management, Division of (DCAM)1 Ashburton Place 16th Floor Room 1610Boston, MA 02108
Above agency address, 8/10/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.
PHONE: 617-727-4003CONTACT INFORMATION
PROJECT NUMBER: BSB0902 DC1
FAX: 617-727-5514
PROJECT:Replace the fire detection system in the State House. This building is historic, will be occupied during construction and requires off-hours work. Coordination for the phasing of work will be significant.
ESTIMATED COST: $5,656,913.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Lath & Plaster, Marble, Painting, Elevators, Electrical.
SUB BID DEADLINE: 9/28/11 @ 12:00 P.M. GENERAL BID DEADLINE: 10/13/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid informational meeting: 9/7/11 at 9:00 A.M. at the site. The Designer is Ann Beha Architects, 33 Kingston St., Boston, MA 02111, Attn.: Pamela W. Hawkes, FAIA, 617-226-1635. Every general bidder must be certified by DCAM for no less than the bid price, plus all additional alternates. Plan deposit is $150 (refundable) in the form of a company check, bank check or money order, payable to the Commonwealth of Massachusetts. DCAM does not mail plans and specs.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dana Rizzotti EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
46
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Conservation and Recreation, Department of (DCR) ***CORRECTED***251 Causeway St. 6th FloorBoston, MA 02114
For pick-up (CDs) at the above agency address, 8/3/11.
PHONE: 617-626-4923/617-626-1428CONTACT INFORMATION
PROJECT NUMBER: P11-2710-C1A
FAX: 617-626-1449
PROJECT:Installation of Fencing, Guard Rail, Closure Gates and Impact Attenuators, Statewide, 24-Month Contract: Repair and enhance public safety by improving infrastructure; installation of new and maintenance of existing guard rail, fencing, impact attenuators and closure gates at various DCR sites.
ESTIMATED COST: $2,700,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 8/10/11 at 10:00 A.M. in the Atrium at the above agency address. ***All General Contractors must be DCR Pre-qualified in Category 9 - Other Fencing and Guard Rail.*** All CDs are free of charge.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mark MacLean for Questions/JohnnieMae Cabral for CDs EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Dartmouth Fire District 21100 Russells Mills Rd. **REVISED**Dartmouth, MA 02748
Keenan & Kenny Architects, Ltd., 189 Main St., Falmouth, MA 02450, 8/10/11 at 12:00 P.M.
PHONE: 508-540-0075CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-540-0079
PROJECT:Additions and renovations to an existing Fire Station including new Apparatus Bay, Office, Septic System and Site Improvements.
ESTIMATED COST: $1,100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Unit Masonry, Roofing & Flashing, HVAC, Plumbing, Electrical
SUB BID DEADLINE: 8/25/11 @ 2:00 P.M. GENERAL BID DEADLINE: 9/8/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Non-Mandatory Pre-Bid Conference: 8/18/11 at 10:00 A.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Antonia A. Kenny EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
47
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Development Finance Agency, Massachusetts (MassDevelopment)33 Andrews ParkwayDevens, MA 01434
8/15/11.
PHONE: 978-784-2926CONTACT INFORMATION
PROJECT NUMBER: 12-001
FAX: 978-772-8815
PROJECT:Shirley Housing Steam Pipe Removal and Building #17 Demolition. Work includes excavating, removal and disposal of ACM steampipe and abatement and demolition of Building #17, 205 Jackson Rd., Devens.
ESTIMATED COST: $450,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 8/18/11 at 10:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Marc-Aurele EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Greater Lawrence Sanitary District240 Charles St.North Andover, MA 01845
Above agency address, 7/29/11, 8:00 A.M. - 4:00 P.M.
PHONE: 978-685-1612CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-685-7790
PROJECT:Replacement of Biofilter Media.
ESTIMATED COST: $120,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/25/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid site inspection: 8/10/11 at 10:00 A.M. Plans available at no charge. Specs will be mailed for $10 (non-refundable) in the form of a check.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Richard Weare EMAIL:
CONTRACTOR QUALIFICATION:
48
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128
Above agency address, 8/9/11.
PHONE: 617-568-5950CONTACT INFORMATION
PROJECT NUMBER: H228-C1
FAX: 617-568-5998
PROJECT:Demolition of Hangar 24 at L.G. Hansom Airfield, Concord.
ESTIMATED COST: $2,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/7/11 @ 11:00 A.M.
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.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Anthony Bongarzone EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128
Above agency address.
PHONE: 617-568-5950CONTACT INFORMATION
PROJECT NUMBER: M394-C1
FAX: 617-568-5998
PROJECT:Demolition of Former Maintenance Building at Paul W. Conley Terminal, South Boston.
ESTIMATED COST: $55,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 11:00 A.M.
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.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kevin McWeeney EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
49
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Raynham Center Water District280 Pleasant St.Raynham, MA 02767
Stantec, 5 LAN Drive Suite 300, Westford, MA 01886, 8/11/11 at 12:00 P.M.
PHONE: 978-577-1411CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-692-4578
PROJECT:Raymond Ave. Water Main Replacement. Replacement of 750 linear feet of six-inch a.c. water main.
ESTIMATED COST: $115,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Refundable plan deposit is $50.00, payable to to Stantec. Postage and handling fee is $25.00, payable to Stantec.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thomas J. Mahanna, P.E. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Salem State University 352 Lafayette St.Salem, MA 01970
Facilities Department, 70 Loring Ave. Rear, Salem, MA 01970, 8/10/11 after 1:00 P.M.
PHONE: 978-542-6004CONTACT INFORMATION
PROJECT NUMBER: SSU 2011 F, Contract # 2
FAX: 978542-7700
PROJECT:Replace three roofs at O'Keefe Center, located at 225 Canal St., Salem.
ESTIMATED COST: $1,292,857
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Mandatory site visit: 8/17/11 at 10:00 A.M. Bid questions should be submitted to Baker/Whol Architects. Cost of plans $100.00 refundable. Plans will not be mailed or sent by FedEx.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
James Reilly EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
50
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606359
FAX: 617-973-8397
PROJECT:District 6: Scheduled and Emergency Traffic Controls at Various Locations.
ESTIMATED COST: $206,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/13/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606370
FAX: 617-973-8397
PROJECT:District 6: Scheduled and Emergency Drainage Structure Cleaning at Various Locations.
ESTIMATED COST: $463,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/13/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
51
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606217
FAX: 617-973-8397
PROJECT:Deerfield - Whatley: Roadway Reconstruction and Related Work, Including Traffic Signals, at Various Locations.
ESTIMATED COST: $487,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/20/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Paul March, Cashier's Office, 9/6/11.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606362
FAX: 617-973-8397
PROJECT:District 6: Scheduled and Emergency Bridge Repairs at Various Locations.
ESTIMATED COST: $4,308,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/20/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
52
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606216
FAX: 617-973-8397
PROJECT:Scituate: Sidewalk Reconstruction and Related Work on a Section of Hollett St. (Safe Routes to Hatherly School).
ESTIMATED COST: $391,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/20/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Paul March, Cashier's Office, 9/6/11.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 603252
FAX: 617-973-8397
PROJECT:Taunton: Bridge Superstructure Replacement (T-01-051) and Bridge Rehabilitation, Including Painting (T-01-057), both on Holloway St. over Route 140 (ABP).
ESTIMATED COST: $2,341,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 9/20/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
53
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:University of Massachusetts - Lowell883 Broadway St.Lowell, MA 01854
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com (may be viewed electronically or hard copy requested).
PHONE: 978-934-3500CONTACT INFORMATION
PROJECT NUMBER: CL12-HT-0008
FAX: 978-934-5070
PROJECT:South Campus Power Plant Oil Heat Exchangers/Heat Exchange Pump Skid Replacement.
ESTIMATED COST: $100,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/24/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Site visit: 8/17/11 at 10:00 A.M. at the South Campus Coburn Hall Parking Lot.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heather Tziotziouras EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:University of Massachusetts Building Authorityc/o Joslin, Lesser + Associates, Inc.44 Pleasant St.Watertown, MA 02472
Online at www.joslinlesser.com, 8/10/11 at 9:00 A.M.
PHONE: 617-744-3126CONTACT INFORMATION
PROJECT NUMBER: UMBA 10-A2
FAX: 617-924-3800
PROJECT:RFQ for Tile; Acoustical Tile; Resilient Flooring; Painting for the new Commonwealth Honors College Residential Complex (CHCRC), UMass Amherst.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/26/11 @ 2:00 P.M.
ADDITIONAL INFORMATION The SOQ's must be submitted in response to the RFQ by the deadline.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brendan Crosby EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
54
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
On the Comm-PASS Website at www.comm-pass.com, 8/10/11.
PHONE: 617-242-6000CONTACT INFORMATION
PROJECT NUMBER: WRA-3345
FAX: 617-788-4896
PROJECT:Install Lightning Protection System MWRA Chelsea Screen House.
ESTIMATED COST: $20,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 8/31/11 @ 11:30 A.M.
ADDITIONAL INFORMATION Pre-bid conference: 8/23/11 at 10:00 A.M. at the MWRA Chelsea Screen House. Attendees must contact Ted Otis one day prior for access instructions.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ted Otis EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
55
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Amherst, Town of 4 Boltwood Ave.Amherst, MA 01002
PROJECT NUMBER:PROJECT: Community Field barrier removal project.
AWARDING AUTHORITY:
CONTACTNathaniel Malloy
PHONE 413-259-3322 FAX: 413-259-2402EMAIL: [email protected]
Taylor Davis Landscape & Construction P.O. Box 507577 West St.Amherst, MA 01004
Diversified Construction Services, LLC100 University DriveAmherst, MA 01002
Northern Construction Service, LL775 Pleasant St. Unit 11Weymouth, MA 02189
All States Materials Group P.O. Box 91 Sunderland, MA 01375
Gardner C.I.S.47 Olivine St.Chicopee, MA 01013
J.L. Construction Corp.P.O. Box 760West Springfield, MA 01090
56
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Barnstable, Town of Department of Public Works382 Falmouth Rd.Hyannis MA 02601
PROJECT NUMBER: 16-000-11-3PROJECT: Maher and Straightway Water Pump Stations.
AWARDING AUTHORITY:
CONTACTDenise Geoffrion
PHONE 508-790-6400 ext. 4935 FAX: 508-790-6400EMAIL: [email protected]
Natgun Corp.11 Teal Rd.Wakefield, MA 01880
Fall River Electrical Associates74 Corneau St.Fall River, MA 02721
Ian Technology Solutions, LLC15 Indian Ridge Rd.Atkinson, NH 03811
M.C.A. U.S.A.4 A St.Burlington, MA 01803
Waterline Companies7 London LaneSeabrook, NH 03874
J.W. Dubis & Sons, Inc.79 Stoney Hill Rd.Chatham, MA 02633
Boyco101 Commercial WayEast Providence, RI 02914
Robert B. Our Co., Inc.P.O. Box 1539Harwich, MA 02645
Construction Dynamics, Inc.270 Airport Rd.Fitchburg, MA 01420
Preload, Inc.0 Commercial DriveHauppauge, NY 11788
Caldwell Tanks, Inc.4000 Tower Rd.Louisville, KY 40219
Wes Construction Corp.50 Industrial DriveHalifax, MA 02338
Water Works Supply Corp.869 Eastern Ave.Malden, MA 02148
Engineered Fluid, Inc.1221 North Elm St.Centralia, IL 62801
R.H. White Construction, Inc41 Central St.Auburn, MA 01501
Fall River Electrical Associates74 Corneau St.Fall River, MA 02721
Ian Technology Solutions, LLC 15 Indian Ridge Rd. Atkinson, NH 03811
Waterline Companies 7 London Lane Seabrook, NH 03874
Boyco101 Commercial WayEast Providence. RI 02914
Robert B. Our Co., Inc. P.O. Box 1539 Harwich, MA 02645
Construction Dynamics, Inc. 270 Airport Rd.Fitchburg, MA 01420
Wes Construction Corp. 50 Industrial Drive Halifax MA 02338
Water Works Supply Corp. 869 Eastern Ave.Malden, MA 02148
Engineered Fluid, Inc. 1221 North Elm St.Centralia, IL 62801
MECO Environmental Services 1119 Washington St. Weymouth, MA 02189
Scherbon Consolidates, Inc.40 Haverhill Rd.Amesbury, MA 01913
Nuwater, Inc.9 Pond St. Unit ASeekonk, MA 02771
Barbato Construction Co., Inc.115 East Grove St.Middleboro, MA 02346
Old Castle Precast151 Old Farms Rd.Avon, CT 06001
Bay State Regional Contractors73 Desert Sands LaneYarmouthport, MA 02675
Bisco60 Stergis WayDedham, MA 02026
Hayes Pumps, Inc.66 Old Powder Mill Rd.West Concord, MA 01742
Hugo Key & Son, Inc.P.O. Box 6Newport, MA 02840
United Concrete Products13 Church St.Yalesville, CT 06492
John Tucker722 Heatherwood DriveGrapevine, TX 76051
C.C. Construction, Inc.P.O. Box 1493South Dennis, MA 02660
Biszko Corp.20 Development St.Fairhaven, MA 02719
Ferguson1039 Industrial DrivePineville, NC 28134
Sparks Co., Inc.451 Long HighwayLittle Compton, RI 02837
Precision Systems451 Huntington DriveCalument City, IL 60409
Bortolotti Construction45 Industry Rd.Marstons Mills, MA 02648
Shea Concrete153 Cranberry HighwayRochester, MA 02770
Electrical Installations, Inc.875 State Rd.Westport, MA 02790
B.A.U./Hopkins310 South St.Plainville, MA 02762
Spartan Industries38 Poisson St.Cumberland, RI 02864
D.C. Construction Co., Inc.415 V.F.W. DriveRockland, MA 02370
Northern PavingP.O. Box 995Dennisport, MA 02639
Weston & Sampson C.M.R., Inc.5 Centennial DrivePeabody, MA 01960
MECO Environmental Services1119 Washington St.Weymouth, MA 02189
57
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Barnstable, Town of Procurement230 South St.Hyannis, MA 02061
PROJECT NUMBER:PROJECT: Barnstable High School Stadium Field Light Improvements.
AWARDING AUTHORITY:
CONTACTJohanna Boucher
PHONE FAX:EMAIL:
KOBO Utility & Construction, Inc18 Fruean Way South Yarmouth, MA 02664
Peguero4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242
Brite-Lite Electrical Co., Inc.11 Front St. Weymouth, MA 02188
McGraw Hill Construction34 Crosby Drive Suite 201Bedford, MA 01730
Fall River Electrical Associates, In74 Corneau St.Fall River, MA 02721
E.W. Audet & Sons, Inc.P.O. Box 2039Providence, RI 02905
Musco Sports Lighting, LLCP.O. Box 260Muscatine, IA 52761
AGENCY:
Barnstable, Town of Procurement230 South St.Hyannis, MA 02601
PROJECT NUMBER:PROJECT: MEA EDPM Roof Repair Project.
AWARDING AUTHORITY:
CONTACTJohanna Boucher
PHONE FAX:EMAIL:
Commercial Roofing & ContractinInc.P.O. Box 647340 Kennedy DrivePutnam, CT 06260
Custom Copper & Slate, Ltd.P.O. Box 662 Medfield, MA 02052
Peguero4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242
Robert Briggs49 Telegraph Rd. Dennisport, MA 02639
Greenwood Industries, Inc.50 Howe Ave.Millbury, MA 01527
Belcour Corp.P.O. Box 813 99 Front St. Woonsocket, RI 02895
Teegarden28 North Clark St. Suite 450 Chicago, IL 60602
Benn Construction Co., Inc.P.O. Box 638 Sandwich, MA 02563
Confluent Forms, LLC182 Main St. Suite 201 Northampton, MA 01060
D.D.C. Construction245 Aquidneck St. New Bedford, MA 02744
Rockwell Roofing, Inc.44 Pond St.Leominster, MA 01453
58
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Barnstable, Town of Procurement230 South St.Hyannis, MA 02601
PROJECT NUMBER:PROJECT: Barnstable High School Kiln Room Through Wall Flashing and Roof
Repair Project.
AWARDING AUTHORITY:
CONTACTJohanna Boucher
PHONE FAX:EMAIL:
Rockwell Roofing, Inc.44 Pond St.Leominster, MA 01453
D.D.C. Construction245 Aquidneck St. New Bedford, MA 02744
Confluent Forms, LLC182 Main St. Suite 201 Northampton, MA 01060
Benn Construction Co., Inc.P.O. Box 638 Sandwich, MA 02563
Teegarden28 North Clark St. Suite 450 Chicago, IL 60602
Belcour Corp.P.O. Box 813 99 Front St.Woonsocket, RI 02895
Greenwood Industries, Inc.50 Howe Ave.Millbury, MA 01527
Robert Briggs49 Telegraph Rd. Dennisport, MA 02639
Peguero4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242
Custom Copper & Slate, Ltd.P.O. Box 662 Medfield, MA 02052
Commercial Roofing & ContractinInc.P.O. Box 647 340 Kennedy Drive Putnam, CT 06260
AGENCY:
Boxborough, Town of 29 Middle Rd.Boxborough, MA 01719
PROJECT NUMBER: 50741PROJECT: Road Paving and Services.
AWARDING AUTHORITY:
CONTACTThomas Garmon
PHONE 978-263-1600 FAX:EMAIL: [email protected]
Mass Broken StoneP.O. Box 276 Berlin, MA 01503
Nashoba Paving45 Power Rd.Westford, MA 01886
Aggregate Industries16 Oak St.Chelmsford, MA 01824
Murray Paving & Reclamation55 Whitney St.Holliston, MA 01746
D. & R. Paving250 Broadway St.Melrose, MA 02176
P.J. Albert199 Upham St.Fitchburg, MA 01420
E.M. PerkinsP.O. Box 301Wayland, MA 01778
Sunshine Paving Corp89 Meadow Brook Rd.North Chelmsford, MA 01863
Brox Industries1471 Methuen St.Dracut, MA 01826
P.J. Keating998 Reservoir Rd.Lunenburg, MA 01462
59
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Braintree, Town of 1 J.F.K. Memorial DriveBraintree, MA 02184
PROJECT NUMBER:PROJECT: Interior Finish at the Thayer Public Library, 798 Washington St.,
Braintree.
AWARDING AUTHORITY:
CONTACTElizabeth Wolfe
PHONE 781-848-0405 FAX:EMAIL: [email protected]
Dandis Contracting, Inc.636 Washington St.Canton, MA 02021
Page Building Construction135 Old Page St.Stoughton, MA 02072
B.S.A. Painting Co., Inc.27 Park St.Arlington, MA 02474
Merrimac Tile & Stone18 Tsienneto Rd.Derry, NH 03038
iSqFt4500 Lake Forest Drive Suite 502Cincinnati, OH 45242
Reed Construction Data30 Technology Parkway SouthNorcross, Georgia 30092
Santangelo Flooring75 Christopher St.Dorchester, MA 02122
ProjectDog18 Graf Rd. Suite 8Newburyport, MA 01950
Mass Construction & ManagementInc.20 Scanlon DriveRandolph, MA 02368
Vareika Construction, Inc.219 Walnut St.West Bridgewater, MA 02379
Clerk of Works22 Oak Hill Rd.Braintree, MA 02184
AGENCY:
Brockton, City ofHousing Authority45 Goddard Rd.Brockton, MA 02301
PROJECT NUMBER: 50-52 Tremont StreetPROJECT: Complete renovations/rehabilitation of each apartment, involving
interior and exterior work, including roofing,carpentry, siding repairs, kitchen and bathroom remodeling, flooring, painting, plumbing, HVAC and electrical work.
AWARDING AUTHORITY:
CONTACTNancy Macedo
PHONE 508-588-6880 FAX: 508-580-6261EMAIL: [email protected]
McGraw Hill34 Crosby Drive Suite 201Bedford, MA 02730
iSqFt 5 Commonwealth Ave. Unit 5Woburn, MA 01801
ProjectDog18 Graf Rd. Suite 8Newburyport, MA 01950
Northern Contracting Corp.P.O. Box 96Canton, MA 02021
D.D.C. 20 Query St.New Bedford, MA 02745
Reed Construction Data30 Technology Parkway South Suit100Norcross, GA 30092
Compass Plumbing & Heating50 Oliver St. Suite 107North Easton, MA 02356
R. Mullen & Associates273 Washington St.Weymouth, MA 02188
Air Safe ContractingP.O. Box 266Wrentham, MA 02093
Emond Plumbing & Heating 104 Dean St. Suite 202Taunton, MA 02780
Vareika Construction219 Walnut St.West Bridgewater, MA 02379
M-V Electrical10 Conduit St.Acushnet, MA 02743
Seekonk Heating Services911 Taunton Ave.Seekonk, MA 02771
Araujo Brothers224 Nyes LaneAcushnet, MA 02743
60
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301
PROJECT NUMBER: 791950PROJECT: Downey Elementary School Roof Replacement.
AWARDING AUTHORITY:
CONTACTProjectDog
PHONE 978-499-9014 FAX: 978-499-9016EMAIL: [email protected]
Architectural Engineers77 Summer St.Boston, MA 02110
Brockton Public Schools43 Crescent St.Brockton, MA 02301
Built Up Roofing Systems1631 Hyde Park Ave.Hyde Park, MA 02136
Commercial Roofing & ContractInc.340 Kennedy DrivePutnam, CT 06260
Gibson's Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries50 Howe Ave.Millbury, MA 01527
Massachusetts School Board Autho40 Broad St.Boston, MA 02109
McGraw-Hill34 Crosby DriveBedford, MA 01730
Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092
Reliable Roofing105 Irving St.Framingham, MA 01702
Simpson Gumpertz & Heger41 Seyon St. Building 1 Suite 500Waltham, MA 02453
Skanska U.S.A.253 Summer St.Boston, MA 02210
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
AGENCY:
Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301
PROJECT NUMBER: 791951PROJECT: East Junior High School Roof Replacement.
AWARDING AUTHORITY:
CONTACTProjectDog
PHONE 978-499-9014 FAX: 978-499-9016EMAIL: [email protected]
Architectural Engineers77 Summer St.Boston, MA 02110
Brockton Public Schools43 Crescent St.Brockton, MA 02301
Built Up Roofing Systems1631 Hyde Park Ave.Hyde Park, MA 02136
Commercial Roofing & ContractInc.340 Kennedy DrivePutnam, CT 06260
Gibson's Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries50 Howe Ave.Millbury, MA 01527
Massachusetts School Board Autho40 Broad St.Boston, MA 02109
McGraw-Hill34 Crosby DriveBedford, MA 01730
Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092
Reliable Roofing105 Irving St.Framingham, MA 01702
R.F.S. Engineering71 Water St.Laconia, NH 03246
Skanska U.S.A.253 Summer St.Boston, MA 02210
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
61
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301
PROJECT NUMBER: 791952PROJECT: Brockton High School.
AWARDING AUTHORITY:
CONTACTProjectDog
PHONE 978-499-9014 FAX: 978-499-9016EMAIL: [email protected]
McGraw-Hill34 Crosby DriveBedford, MA 01730
Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092
Reliable Roofing105 Irving St.Framingham, MA 01702
R.F.S. Engineering71 Water St.Laconia, NH 03246
Skanska U.S.A.253 Summer St.Boston, MA 02210
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
Architectural Engineers77 Summer St.Boston, MA 02110
Brockton Public Schools43 Crescent St.Brockton, MA 02301
Built Up Roofing Systems1631 Hyde Park Ave.Hyde Park, MA 02136
Commercial Roofing & ContractinInc.340 Kennedy DrivePutnam, CT 06260
Gibson's Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries50 Howe Ave.Millbury, MA 01527
Massachusetts School Board Autho40 Broad St.Boston, MA 02109
AGENCY:
Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301
PROJECT NUMBER: 791956PROJECT: Raymond and Davis Elementary Schools Roof Replacement and
Associated Repairs.
AWARDING AUTHORITY:
CONTACTProjectDog
PHONE 978-499-9014 FAX: 978-499-9016EMAIL: [email protected]
Architectural Engineers77 Summer St.Boston, MA 02110
Bay Steel Co., Inc.1055 Plymouth St.Bridgewater, MA 02324
Brockton Public Schools43 Crescent St.Brockton, MA 02301
Built Up Roofing Systems1631 Hyde Park Ave.Hyde Park, MA 02136
C.A.M. HVAC & Construction116 Lydia Ann Rd.Smithfield, RI 02917
Commercial Roofing & ContractinInc.340 Kennedy DrivePutnam, CT 06260
Enterprise Equipment Co., Inc.276 Libbey ParkwayWeymouth, MA 02189
Gibson's Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries50 Howe Ave.Millbury, MA 01527
Massachusetts School Board Autho40 Broad St.Boston, MA 02109
McGraw-Hill34 Crosby DriveBedford, MA 01730
P.J. Spillane97 Tileston St.Everett, MA 02149
Paul J. Rogan Co.25 Hayward St.Braintree, MA 02184
Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092
Reliable Roofing105 Irving St.Framingham, MA 01702
Rockwell Roofing, Inc.44 Pond St.Leominster, MA 01453
Simpson Gumpertz & Heger41 Seyon St. Building 1 Suite 500Waltham, MA 02453
Skanska U.S.A.253 Summer St.Boston, MA 02210
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
W.T. Rich29 Crafts St. Suite 300Newton, MA 02458
62
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301
PROJECT NUMBER: 791953PROJECT: North Junior High School Roof Replacement.
AWARDING AUTHORITY:
CONTACTProjectDog
PHONE 978-499-9014 FAX: 978-499-9016EMAIL: [email protected]
Architectural Engineers77 Summer St.Boston, MA 02110
Brockton Public Schools43 Crescent St.Brockton, MA 02301
Built Up Roofing Systems1631 Hyde Park Ave.Hyde Park, MA 02136
Commercial Roofing & ContractInc.340 Kennedy DrivePutnam, CT 06260
Gibson's Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries50 Howe Ave.Millbury, MA 01527
Massachusetts School Board Autho40 Broad St.Boston, MA 02109
McGraw-Hill34 Crosby DriveBedford, MA 01730
Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092
Reliable Roofing105 Irving St.Framingham, MA 01702
R.F.S. Engineering71 Water St.Laconia, NH 03246
Skanska U.S.A.253 Summer St.Boston, MA 02210
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
AGENCY:
Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301
PROJECT NUMBER: 791957PROJECT: Hancock Elementary School and West Junior High School Roof
Replacement and Associated Repairs.
AWARDING AUTHORITY:
CONTACTProjectDog
PHONE 978-499-9014 FAX: 978-499-9016EMAIL: [email protected]
Architectural Engineers77 Summer St.Boston, MA 02110
Brockton Public Schools43 Crescent St.Brockton, MA 02301
Built Up Roofing Systems1631 Hyde Park Ave.Hyde Park, MA 02136
Gibson's Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries50 Howe Ave.Millbury, MA 01527
Massachusetts School Board Autho40 Broad St.Boston, MA 02109
McGraw-Hill34 Crosby DriveBedford, MA 01730
Reed Construction Data30 Technology Parkway South Su500Norcross, GA 30092
Reliable Roofing105 Irving St.Framingham, MA 01702
Simpson Gumpertz & Heger41 Seyon St. Building 1 Suite 500Waltham, MA 02453
Skanska U.S.A.253 Summer St.Boston, MA 02210
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
63
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Natick, Town ofBoard of Selectmen75 West St.Natick, MA 01760
PROJECT NUMBER: W-130PROJECT: Springvale No. 3 Water Station Rehabilitation.
AWARDING AUTHORITY:
CONTACTGregory J. Eldridge, P.E.
PHONE 781-890-3980 FAX: 781-890-1491EMAIL: [email protected]
The Blue Book800 East Main St./Old Route 6 & Indian HillJefferson Valley, NY 10535
Dankris Builders Corp.6 High St.Plainville, MA 02762
Reed Construction Data30 Technology Parkway South Suit100Norcross, GA 30092
Fall River Electrical Associates CInc.74 Corneau St.Fall River, MA 02721
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
Metropolitan Corp.540 Main St.Millis, MA 02054
Winston Builders Corp.55 Hopkinton Rd.Westborough, MA 01581
Ewing Electrical Co., Inc.P.O. Box 3703 North Rd.Deerfield, NH 03037
Ostrow Electric Co.9 Mason St.Worcester, MA 01609
Barbato Construction Co., Inc.P.O. Box 1259155 East Grove St.Middleboro, MA 02346
Phillips Electric, Inc.69 Milton St. Suite 201Dedham, MA 02026
McGraw Hill Companies34 Crosby Drive Suite 201Bedford, MA 01730
AGENCY:
Newburyport, City of Water and Sewer Office60 Pleasant St.Newburyport, MA 01950
PROJECT NUMBER:PROJECT: Wastewater Treatment Facility Improvements, Contract 2, MADEP-
DMS-CWSRF ID No. 3266.
AWARDING AUTHORITY:
CONTACTAndrea David
PHONE 978-532-1900 FAX: 978-977-0100EMAIL: [email protected]
Modern Glass & Aluminum, Inc.42 Eastman St.Easton, MA 02334
Kinsmen Corp.35 Londonderry TurnpikeHooksett, NH 03106
D’Agostino Associates46 Farwell St.Newton, MA 02460
Brite-Lite Electrical Co., Inc.11 Front St.Weymouth, MA 02188
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
Rockwell Roofing, Inc.44 Pond St.Leominster, MA 01453
Methuen Construction Co., Inc.40 Lowell Rd.Salem, NH 03079
Piquette & Howard Electric ServInc.222 Plaistow Rd.Plaistow, NH 03865
McGraw-Hill Construction34 Crosby Drive Suite 201Bedford, MA 01730
Enterprise Equipment Co., Inc.276 Libbey ParkwayWeymouth, MA 02189
Stronghold Masonry, Inc.801 Water St.Framingham, MA 01701
Capeway Roofing Systems, Inc.664 Sanford Rd.Westport, MA 02790
D. & S. Commercial Masonry, Inc.45 Industrial Rd.Wrentham, MA 02093
Ewing Electrical Co., Inc.3 North Rd.Deerfield, NH 03037
Ms. Pipe, LLC1088 Cook Rd.St Albans, VT 05478
Kapiloff’s Glass, Inc.47 New Ashford Rd.Williamstown, MA 01267
L.A.L. Masonry Co., Inc.27 Ferncliff Ave.Saugus, MA 01906
Chapman Waterproofing Co.395 Columbia Rd.Boston, MA 02125
United Steel, Inc.164 School St.East Hartford, CT 06108
Dandis Contracting, Inc.636 Washington St. Suite 10Canton, MA 02021
The Lydon Co., LLC35 Oak Hill WayBrockton, MA 02301
D. & C. Construction Co., Inc.415 V.F.W. DriveRockland, MA 02370
P.J. Spillane Co.97 Tileston St.Everett, MA 02149
John W. Egan Co., Inc.3 Boarder St.West Newton, MA 02465
H.D. Supply Waterworks1 Hartford SquareNew Britain, CT 06052
C.D.C. News1 Oak Brook Terrace Suite 510Oak Brook, IL 60181
R.J. Forbes Painting Contractor, In228 O’Neil BoulevardAttleboro, MA 02703
Richardson Electrical Co., Inc.17 Batchelder Rd.Seabrook, NH 03874
64
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Quincy, City ofQuincy Quarry Workers Museumc/o Structures North Consulting Engineers60 Washington St. Suite 401Salem, MA 01970
PROJECT NUMBER:PROJECT: Lyons Turning Mill Ruins Stabilization.
AWARDING AUTHORITY:
CONTACTPatty Moore
PHONE 978-745-6817 FAX: 978-745-6067EMAIL:
ProjectDog18 Graf Rd. #8Newburyport, MA 01950
Folan Waterproofing & Constructio795 Washington St.South Easton, MA 02375
AGENCY:
Springfield, City ofHousing AuthorityCapital Improvements Department117 Sanderson St. RearSpringfield, MA 01107
PROJECT NUMBER: 11-2159PROJECT: Community Room Renovation at the Carpe Diem Apartments.
AWARDING AUTHORITY:
CONTACTMy-Ron Hatchett
PHONE 413-786-9600 FAX: 413-786-8699EMAIL: [email protected]
Dodge Reports34 Crosby Drive #201Bedford, MA 01730
Reed Construction Data30 Technology Parkway South #50Norcross, GA 30092
Nationwide Construction, Inc.105 Hampden St.West Springfield, MA 01089
C.D.C. Publishing, LLC1 Oak Brook Terrace Suite 510Oak Brook, IL 60181
AGENCY:
Taunton, City ofc/o Taunton Nursing Home350 Norton Ave.Taunton, MA 02780
PROJECT NUMBER:PROJECT: Taunton Nursing Home Dining Room Renovations.
AWARDING AUTHORITY:
CONTACTJohn A. Brennan
PHONE 508-822-1132 FAX: 508-880-8663EMAIL: [email protected]
Rinaldi, Inc.P.O. Box 1782 Manchester DriveSheldonville, MA 02070
Dandis Contracting, Inc.636 Washington St. Suite 10Canton, MA 02021
Bay State Contracting Co., LLCP.O. Box 34538 Washington St.North Pembroke, MA 02358
Central Ceilings, Inc.36 Norfolk Ave.South Easton, MA 02375
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
McGraw-Hill Construction/Dodge3315 Central Ave.Hot Springs, AR 71913
Air Safe Contracting Co.45 Luke St.Wrentham, MA 02093
Vareika Construction, Inc.219 Walnut St. Suite BWest Bridgewater, MA 02379
Construction Data Co.One Oak Brook Terrace Suite 510Oak Brook, IL 60181
Village Forge, Inc.51 Industrial DriveReadville, MA 02137
Pergola Construction Co., Inc.175 Essex St.Swampscott, MA 01907
Reed Construction Data30 Technology Parkway South Su100Norcross, GA 30092
Mello Electric Co., Inc.138 Morgan St.Fall River, MA 02721
iSqFt5 Commonwealth Ave. Unit 5Woburn, MA 01801
Page Building & Construction135 Old Page St.Stoughton, MA 02072
65
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Williamstown, Town of Municipal Building31 North St.Williamstown, MA 01267
PROJECT NUMBER:PROJECT: Well No. 1A Pump Station and Chemical Feed Building
Rehabilitation and Water SCADA Upgrades.
AWARDING AUTHORITY:
CONTACTAndrea David
PHONE 978-532-1900 FAX: 978-977-0100EMAIL: [email protected]
Shea Concrete Products87 Haverhill Rd.Amesbury, MA 01903
C.D.C. News1 Oak Brook TerraceOak Brook, IL 60181
AGENCY:
Berkshire Arts and Technology Charter SchoolOne Commercial PlaceAdams, MA 01220
PROJECT NUMBER:PROJECT: Removal and disposal of existing roof covering and installation of
attic ventilation, flashing and asphalt roof shingles.
AWARDING AUTHORITY:
CONTACTDavid J. Westall, R.A.
PHONE 413-458-5139 FAX: 413-458-1639EMAIL: [email protected]
Geary Construction, Inc.165 Eastview DriveCheshire, MA 01225
Reed Construction Data30 Technology Parkway South Suit100Norcross, GA 30092
Construction Data Co.One Oak Brook Terrace Suite 510Oak Brook, IL 60181
Vermont Roofing1325 Harwood HillBennington, VT 05201
Silktown Roofing, Inc.27 Pleasant St.Manchester, CT 06040
66
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02324
PROJECT NUMBER: FMP-11-166 RFB No. 29PROJECT: Ground Floor Renovation, Shea Durgin Hall: Work includes interior
demolition, concrete, masonry, gypsum partitions, doors, frames, hardware, painting, metal windows, ceilings, plumbing, fire protection, HVAC, electrical and telecommunications upgrades to 5,300 square feet of ground floor area. Shea Durgin is located at 160 Burrill Ave., Bridgewater.
AWARDING AUTHORITY:
CONTACTDiane Chagnon
PHONE 508-531-2213 FAX: 508-531-6130EMAIL: [email protected]
Young Electrical Services220 High St. RearTaunton, MA 02780
Consigli Construction72 Sumner St.Milford, MA 01757
Seekonk Heating Services911 Taunton Ave.Seekonk, MA 02771
Central Ceilings, Inc.36 Norfolk Ave.South Easton, MA 02375
Zander Corp.8 Elk Run DriveMiddleboro, MA 02346
Brite-Lite Electrical Co.11 Front St.Weymouth, MA 02188
Harrison Electric51 King St.Abington, MA 02351
Sparks Co.451 Long HighwayLittle Compton, RI 02837
Webster Construction53 Clapp St.Boston, MA 02125
M-V Electric10 Conduit St.Acushnet, MA 02743
Page Building Construction136 Old Page St.Stoughton, MA 020272
A.P. Whitaker & Sons, Inc.652 West Center St.West Bridgewater, MA 02379
Treeline Construction130 Westborough St.Millbury, MA 01527
ProjectDog18 Graf Rd.Newburyport, MA 01956
Classic Construction129 Commonwealth Ave.Concord, MA 01742
The Cheviot Corp.55 Fourth Ave.Needham, MA 02494
Scott & Scott, Inc.165 West St.Winchendon, MA 01475
C.J.M. Services, Inc.50 Kerry PlaceNorwood, MA 02062
Pergola Construction Co.175 Essex St.Swampscott, MA 01907
Mello Electric138 Morgan St.Fall River, MA 02721
Nadeau Corp.727 Washington St.South Attleboro, MA 02703
Dandis Construction636 Washington St.Canton, MA 02021
D.D.S. Industries250 Ace St.Fall River, MA 02720
Northern Contracting Corp.68 Jackson St.Canton, MA 02021
Gilson Paper & Paint79 Old Center St.Middleboro, MA 02346
H. Carr & Sons, Inc.184 High St.Boston, MA 02110
G. & H. Heating & Cooling133 Country Rd.East Freetown, MA 02717
Linwood Construction331 Montvale Ave.Woburn, MA 01801
McGraw Hill Construction34 Crosby DriveBedford, MA 01730
General Air Conditioning & Heatin7 Gaston St.Dorchester, MA 02121
AGENCY:
Capital Asset Management, Division of (DCAM)One Ashburton Place Room 1610Boston, MA 02108
PROJECT NUMBER: CSU0401 DC2PROJECT: Glazing and Sealant Repairs at Suffolk County House of Correction,
Boston.
AWARDING AUTHORITY:
CONTACTDCAM Bid Room
PHONE 617-727-4003 FAX: 617-727-5514EMAIL:
Rockwell Roofing, Inc.44 Pond St.Leominster, MA 01453
Kapiloff's Glass, Inc.47 New Ashford Rd.Williamstown, MA 01267
G.V.W., Inc.1200 Bennington St.East Boston, MA 02128
P.J. Spillane Co.97 Tileston St.Everett, MA 02149
Folan Waterproofing Co., Inc.795 Washington St.South Easton, MA 02375
C.S.I. Contracting, Inc.453 South Main St.Attleboro, MA 02703
Acme Waterproofing Co., Inc.241 West Water St.Rockland, MA 02370
67
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Capital Asset Management, Division of (DCAM)One Ashburton Place Room 1610Boston, MA 02108
PROJECT NUMBER: FSC0501 DC1PROJECT: Request for Bids for Trade Contractors for Science Facility
Modernization at Fitchburg State College, Fitchburg.
AWARDING AUTHORITY:
CONTACTDCAM Bid Room
PHONE 617-727-4003 FAX: 617-727-5514EMAIL:
Stafford Construction Co.119 Main St.Saugus, MA 01906
Northeast Painting Associates, Inc.881 North King St.Northampton, MA 01060
West Floor Covering, Inc.42 Winter St. Suite 11Pembroke, MA 02359
J.R.J. Construction Co., Inc.71B Washington St.Woburn, MA 02150
Bonomo Tile Co., Inc.215 Bridge St.Dedham, MA 02026
AGENCY:
Military Division, MassachusettsContract Unit50 Maple St. 1st FloorMilford, MA 01757
PROJECT NUMBER: 983729PROJECT: The project scope generally involves replacement of vertical
translucent clerestory panels and rusted metals that contain the panels at the Hangars (AASF #1, 45,902 square foot facility constructed in 1971), related modifications to the steel structure, roof edge and antennas, vertical fiberglass sandwich panel system assemblies, flashing at bottom of fiberglass sandwich panel system to match framing. All installation materials and labor, all sealants and joint filers in direct contact with the fiberglass sandwich panel system are to be provided under the appropriate section.
AWARDING AUTHORITY:
CONTACTPeter Etzel
PHONE 508-233-7381 FAX: 508-233-6565EMAIL: [email protected]
Casby Brothers, Inc.197 Gardner St.West Roxbury, MA 02132
Contracting Specialists, Inc.453 South Main St.Attleboro, MA 02703
Greenwood Industries, Inc.P.O. Box 280050 Howe Ave.Millbury, MA 01527
Northern Contracting Corp.P.O. Box 9668 Jackson St.Canton, MA 02021
Skylite Installations979 Frost Hill Rd.Belmont, VT 05730
AGENCY:
Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
PROJECT NUMBER: 606351PROJECT: District 5: Chain Link Fence Repairs and Installation at Various
Locations.
AWARDING AUTHORITY:
CONTACTFrank H. Kucharski, P.E.
PHONE 617-973-7620 FAX: 617-973-8397EMAIL:
Commonwealth Guardrail, Inc.132 Apremont WayWestfield, MA 01085
Cosco, Inc.707 Park East DriveWoonsocket, RI 02895
DeLucca Fence Co., Inc.Five Old Ferry Rd.Methuen, MA 01844
C.D.C. News/Construction Data One Oak Brook Terrace Suite 51Oak Brook, IL 60181
C.I.M.1500 Providence Highway Suite 14Norwood, MA 02062
McGraw Hill Construction/Dodge Reports34 Crosby Drive Suite 201Bedford, MA 01730
68
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
University of Massachusetts - BostonProcurement Department 100 Morrissey BoulevardBoston, MA 02125
PROJECT NUMBER: CB12-MK-0005PROJECT: Clark Athletics Ice Rink Painting.
AWARDING AUTHORITY:
CONTACTMartha Kelly
PHONE 617-287-5190 FAX: 617-287-5145EMAIL: [email protected]
Atlas Painting Sheeting Corp.465 Creekside DriveAmherst, NY 14228
Bello Painting Co., Inc.585 East St.Weymouth, MA 02188
Isoft5 Commonwealth Ave. Unit 5Woburn, MA 01801
Home Improvement Group47 Johnston Rd.Boston, MA 02124
Bouchard Painting1 Corporate Park Drive #5Derry, NH 03038
Mass Construction & Management20 Scanlon St.Randolph, MA 02368
Nick's Painting655 East BroadwaySouth Boston, MA 02127
J.M.'s Painting Corp.22 Washington St.Dedham, MA 02026
Reed Construction Data30 Technology Parkway South Suit100Norcross, GA 30092
All Pro Painters10 Lewis St.Needham, MA 02494
R.E. Dinneen Architects & PlannerInc.123 North Washington St.Boston, MA 02114-2143
AGENCY:
University of Massachusetts - BostonProcurement Department 100 Morrissey BoulevardBoston, MA 02125
PROJECT NUMBER: CB12-MK-0007 (Re-Bid)PROJECT: Science Center Heating Pump Replacement.
AWARDING AUTHORITY:
CONTACTMartha Kelly
PHONE 617-287-5190 FAX: 617-287-5145EMAIL: [email protected]
iSqFt5 Commonwealth Ave. Unit #5Woburn, MA 0180
AALANCO Service Corp.80B Turnpike Rd.Westborough, MA 01581
Fraser Engineering65 Court St.Newton, MA 02460-9142
Enterprise Equipment276 Libbey Industrial ParkwayWeymouth, MA 02189
Merrimack Vallet Contractors118 Hampson St.Dracut, MA 01826
Welch Welding & Tech Equipment164 Middlesex St.North Chelmsford, MA 01863
C.A.M. HVAC & Construction116 Lydia Ann Rd.Smithfield, RI 02917
Reed Construction Data30 Technology Parkway South Su100Norcross, GA 30092
AGENCY:
University of Massachusetts - BostonProcurement Department 100 Morrissey BoulevardBoston, MA 02125
PROJECT NUMBER: CB12-MK-0008 (Re-Bid)PROJECT: Softball Field Irrigation Installation.
AWARDING AUTHORITY:
CONTACTMartha Kelly
PHONE 617-287-5190 FAX: 617-287-5145EMAIL: [email protected]
Isoft5 Commonwealth Ave. Unit #5Woburn, MA 01801
Tasco Construction 92 Stonybrook Rd.Belmont, MA 02478
Todd Main Co., Inc.10 Beaver Pond Rd.Beverly, MA 01915
Winterberry 2070 West St.Southington, CT 06489
Mountain View Landscapes & Lawncare67 Old James St.Chicopee, MA 01020
69
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
University of Massachusetts Building Authorityc/o Joslin, Lesser + Associates, Inc44 Pleasant St.Watertown, MA 02472
PROJECT NUMBER: UMBA 10-B2PROJECT: Wheatley Hall Roof Repairs, UMass Boston.
AWARDING AUTHORITY:
CONTACTMaryl Miller
PHONE 617-744-3117 FAX: 617-924-3800EMAIL: [email protected]
Davison Co.90 Clarendon Ave.Somerville, MA 02143
Rockwell Roofing44 Pond St.Leominster, MA 01453
Kapiloff's Glass, Inc.47 New Ashford Rd.Williamstown, MA 01267
Stanley Roofing Co.42 Mitchell Rd.Ipswich, MA 01938
P.J. Dionne, Inc.60 Jonspin Rd.Wilmington, MA 01887
Ostrow Electric Co.9 Mason St.Worcester, MA 01608
V. & G. Iron Works1500 Shawsheen St.Tewksbury, MA 01876
Gibson Roofs, Inc.369 Winter St.Hanover, MA 02339
Reliable Roofing & Sheet Metal105 Irving St.Framingham, MA 01702
P.J. Spillane Co.97 Tileston St.Everett, MA 02149
Ryan Iron Works1830 BroadwayRaynham, MA 02767
C.A.M. HVAC & Construction116 Lydia Ann Rd.Smithfield, RI 02917
Folan Waterproofing & Constructio795 Washington St.South Easton, MA 02375
R.& R. BuildersPark Place South350 Park St. Suite 207North Reading, MA 01864
Richard T. Losordo Electrical244 Liberty Street Unit 8ABrockton, MA 02301
AGENCY:
Westover Metropolitan AirportOffice of the Director of Civil Aviation255 Padgette St.Chicopee, MA 01022
PROJECT NUMBER: AIP No. 3-25-0061-17-2009PROJECT: Residential Property Demolition (21 properties) and Construct
Fencing for Westover Metropolitan Airport, Airport Improvement Program.
AWARDING AUTHORITY:
CONTACTDavid Nadeau, P.E.
PHONE 207-887-3842 FAX: 207-883-3376EMAIL: [email protected]
Standard Demolition Services30 Nutmeg DriveTrumbull, CT 06611
McConnell Enterprises, Inc.60 Garden ParkBraintree, MA 02184
J.R. Vinagro2208 Plainfield PikeJohnston, RI 02919
A.B.W.352 Albany St.Springfield, MA 01103
Gardner C.I.S., Inc.47 Olivine St.Chicopee, MA 01013
Francesco Demolition12 Canoe Club LanePembroke, MA 02359
S. & R. Corp.706 Broadway St.Lowell, MA 01852
F. & G., LLC15 Mullen Rd.Enfield, CT 06082
Clayton D. Davenport Trucking, In130 Colrain St.Greenfield, MA 01301
Jay-Mor Enterprises505 Bridge St.Pelham, NH 03076
C.D.C. News Construction Data1 Oak Brook Terrace Suite 510Oak Brook, IL 60523
70
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Amherst, Town of 4 Boltwood Ave.Amherst, MA 01002
Nathaniel Malloy
PHONE: 413-259-3322
DESCRIPTION:Barrier removal at Community Field in Amherst: Replacement of existing parking, walkway and ramp with accessible features..
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 413-259-2402
CONTRACT AMOUNT:
$45,742Taylor Davis Landscape Co.577 West St.Amherst, MA 01002
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Andover, Town of36 Bartlet St.Andover, MA 01810
Elaine M. Shola, Purchasing Agent
PHONE: 978-623-8216
DESCRIPTION:Installation of Ceiling Fans in Classrooms at High Plain Elementary and Wood Hill Middle Schools, Andover.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Bid No. 037/06-11/185
FAX: 978-623-8240
CONTRACT AMOUNT:
$26,640.00Sylvester Electric, Inc.1168 Lakeview Ave.Dracut, MA 01826
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Andover, Town of36 Bartlet St.Andover, MA 01810
Elaine M. Shola, Purchasing Agent
PHONE: 978-623-8216
DESCRIPTION:Furnish and Install an ADA Compliant Play Structure at the South Elementary School, Andover.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Bid No. 038/06-11/185
FAX: 978-623-8240
CONTRACT AMOUNT:
$46,400.00Jamie T. Construction, Inc.D/B/A J.T. Construction,Inc.P.O. Box 815Bridgewater, MA 02324
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
71
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Boston, City of Public Facility Department26 Court St. Boston MA 02108
Ken MacDonald
PHONE: 617-635-4807
DESCRIPTION:Central Maintenance Facility Floor Repairs.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6932
FAX:
CONTRACT AMOUNT:
$2,299,000.00Colantonio, Inc.16 Everett St.Holliston, MA 01746
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:Boston, City of Public Facility Department26 Court St. Boston, MA 02108
Ken MacDonald
PHONE: 617-635-4807
DESCRIPTION:Police Training Academy Building Enclosure Renovation.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6927
FAX:
CONTRACT AMOUNT:
$2,169,780.00G.V.W., Inc.1200 Bennington St.East Boston, MA 02128
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:Florida, Town of 379 Mohawk TrailFlorida, MA 01343
Donald S. Ferry, AIA
PHONE: 413-448-8253
DESCRIPTION:Removal of asphalt shingles and re-roofing with new asphalt, masonry repairs, attic insulation and kitchen hood replacement.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 10-189
FAX: 413-448-8254
CONTRACT AMOUNT:
$269,269.00Burke Construction Co., Inc.6 Renfrew St. Adams, MA 01220
Sub Contract Award: Cantarella & SonP.O. Box 493 Dalton, MA 01227
EMAIL: [email protected]
PROJECT TYPE: General Contract
72
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Franklin, Town of 355 East Central St.Franklin, MA 02038
Norma Collins
PHONE: 508-553-4866
DESCRIPTION:Two-year Bid for Fencing and Gates Installation and Repairs.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 2011-52
FAX: 508-541-5253
CONTRACT AMOUNT:
$30,000.00Uprite Fence Co., Inc.10 Stanford Rd.Franklin, MA 02038
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Hingham, Town of 25 Bare Cove Park DriveHingham, MA 02043
Roger Fernandes
PHONE: 781-741-1430
DESCRIPTION:Bare Cove Park Fire Museum Exterior Roof and Wall Replacement.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX:
CONTRACT AMOUNT:
$132,700Vareika Construction Corp.219 Walnut St. Suite BWest Bridgewater, MA 02379
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Hudson, Town ofPublic Schools155 Apsley St.Hudson, MA 01749
Wayne Miller
PHONE: 978-567-6104
DESCRIPTION:Add A/C cooling to lab classrooms at Hudson High School.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX:
CONTRACT AMOUNT:
$114,807.00Stallion Builders, LLC216 Daniel Webster HighwayNashua, NH 03068
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
73
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Leicester, Town ofPublic Schools1078 Main St.Leicester, MA 01524
Donald S. Ferry, AIA
PHONE: 413-448-8253
DESCRIPTION:New roof system including roofing, insulation, flashing, some decking, new equipment curbs, blocking and drains.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 11-115A
FAX: 413-448-8254
CONTRACT AMOUNT:
$927,000.00M.D.M. Engineering, Inc.51 Sawmill Rd.Dudley, MA 01571
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:New Bedford, City ofHousing Authority725 Pleasant St.New Bedford, MA 02740
Anne Shoemaker
PHONE: 508-997-4852
DESCRIPTION:Fire Alarm System Upgrade, Phase 1 at Tripp Towers.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: DHCD FISH # 205079
FAX: 508-997-4825
CONTRACT AMOUNT:
$46,975.LeBeau Electric & Telephone, Inc.671 Summer St.New Bedford, MA 02746
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:Newton, City of 1000 Commonwealth Ave.Newton, MA 02459
Rositha Durham
PHONE: 617-796-1220
DESCRIPTION:Kendrick St. and Nahanton St. Bridge Improvements.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 11-88
FAX: 617-796-1227
CONTRACT AMOUNT:
$857,964.90New England Infrastructure, Inc.13 Brent DriveHudson, MA 01749
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
74
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:North Brookfield, Town of 58 School St.North Brookfield, MA 01535
Gary Jean, Superintendent
PHONE: 508-867-0213
DESCRIPTION:Type I Bituminous Concrete rolled in place.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Fiscal 2012
FAX: 508-867-0239
CONTRACT AMOUNT:
Massachusetts Broken Stone Co.332 Sawyerhill Rd. Berlin, MA 01503
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:North Brookfield, Town of 58 School St.North Brookfield, MA 01535
Gary Jean, Superintendent
PHONE: 508-867-0213
DESCRIPTION:All grades of liquid asphalt for stone chip seal, work in place.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Fiscal 2012
FAX: 508-867-0239
CONTRACT AMOUNT:
All States Asphalt, Inc.325 Amherst Rd.Sunderland, MA 01375
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:North Brookfield, Town of 58 School St.North Brookfield, MA 01535
Gary Jean, Superintendent
PHONE: 508-867-0213
DESCRIPTION:Reclaim, fine grade and compaction with liquid calcium chloride.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Fiscal 2012
FAX: 508-867-0239
CONTRACT AMOUNT:
Murray Paving & Reclamation, Inc.55 Whitney St.Holliston, MA 01746
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
75
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:North Brookfield, Town of 58 School St.North Brookfield, MA 01535
Gary Jean, Superintendent
PHONE: 508-867-0213
DESCRIPTION:Corrugated, spiral, steel metal pipe; Polyethylene pipes, solid and perforated; Frames and grates, various sizes.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Fiscal 2012
FAX: 508-867-0239
CONTRACT AMOUNT:
Ferguson Waterworks56 Southwest CutoffWorcester, MA 01604
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:North Brookfield, Town of 58 School St.North Brookfield, MA 01535
Gary Jean, Superintendent
PHONE: 508-867-0213
DESCRIPTION:Various types steel beams Highway guardrails, installed.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 508-867-0239
CONTRACT AMOUNT:
Commonwealth Guardrail, Inc.132 Apremont WayWestfield, MA 01085
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Orleans, Town of Town Administrator's Office19 School Rd.Orleans, MA 02653
Town Administrator's Office
PHONE: 508-240-3700 ext. 415
DESCRIPTION:The Town Administrator will receive sealed bids for the construction of 22 new floating docks for the town marina, located at Rock Harbor, Orleans.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Rock Harbor Floating Dock
FAX: 508-240-3703
CONTRACT AMOUNT:
$69,600.00Laliberty, Inc. 14 Bosuns LaneBourne, MA 02532
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
76
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Salem, City ofHousing Authority27 Charter St.Salem, MA 01970
Debra Tucker, Assistant Executive Director
PHONE: 978-744-4431 ext. 115
DESCRIPTION:Replacement of doors, gutters and related work.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: DHCD 258062, WO #590
FAX: 978-744-9614
CONTRACT AMOUNT:
$248,000.00Environmental Restorations, Inc.10 Hazel DriveHampstead, NH 03841
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Westfield, City of 59 Court St.Westfield, MA 01085
Tammy Tefft
PHONE: 413-572-6254
DESCRIPTION:Runway Markings, estimated 14000 square feet.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 2289
FAX: 413-572-1708
CONTRACT AMOUNT:
$6,860 ($0.49/Square Foot)Hi-Way Safety Systems285 Circuit St.Hanover, MA 02339
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325
Diane Chagnon
PHONE: 508-531-2213
DESCRIPTION:Ground Floor Renovation, Shea Durgin Hall: Includes interior demolition, concrete, masonry, gypsum partitions, doors, frames, hardware, painting, metal windows, ceilings, plumbing, fire protection, HVAC, electrical and telecommunications upgrades to 5300 square feet of ground floor area. Shea Durgin is located at 160 Burrill Ave., Bridgewater.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: FMP-11-166 RFR No. 29
FAX: 508-531-6130
CONTRACT AMOUNT:
$272,000.00A.P. Whitaker & Sons, Inc.652 West Center St.West Bridgewater, MA 02379
Sub Contract Award: The Cheviot Corp., Needham; Harrison Electric, Abington; D.D.S. Industries, Fall River.
EMAIL: [email protected]
PROJECT TYPE: General Contract
77
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128
Tony Bongarzone
PHONE: 617-568-5950
DESCRIPTION:Building 11 Rooftop Units Replacement at Logan International Airport, East Boston.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: L1048-C2
FAX: 617-568-5998
CONTRACT AMOUNT:
$470,000J.F. White Contracting Co.10 Burr St.Framingham, MA 01701
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:University of Massachusetts - Amherst140 Hicks WayAmherst, MA 01003
Peter Royer
PHONE: 413-545-0361
DESCRIPTION:Power Plant Electrical Disconnection.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: UMA11-49
FAX:
CONTRACT AMOUNT:
$98,050.00Gable Electric, Inc.5 Westview Rd. #APittsfield, MA 01201
Sub Contract Award:
EMAIL:
PROJECT TYPE: Designer Services
AGENCY:University of Massachusetts - AmherstProcurement OfficeGoodell Building140 Hicks Way Room 407Amherst, MA 01003
Peter Royer
PHONE: 413-545-0361
DESCRIPTION:Lederle GRC MEP upgrade.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: UMA11-36
FAX:
CONTRACT AMOUNT:
$1,172,580.00Souliere & Zepka Construction5 Spring St.Adams, MA 01220
Sub Contract Award:
EMAIL:
PROJECT TYPE: Designer Services
78
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe 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.CR-3
AGENCY:Barnstable, Town of 230 South St.Hyannis, MA 02601
David Anthony
PHONE 508-862-4652
DESCRIPTION OF PROPERTY:
Lease of Town owned building located at 2469 Meeting House Rd. in the village of West Barnstable, commonly known as the West Barnstable Train Station.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 508-862-4717
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
9/9/11
ADDITIONAL INFORMATION Pre-response/site inspection: 8/16/11, 9:00 A.M. - 11:00 A.M. at 2469 Meeting House Rd., West Barnstable. RFP Documents are available on the Town website at www.town.barnstable.ma.us.
Email: [email protected]
3:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830
Robert DeFusco
PHONE 978-420-3606
DESCRIPTION OF PROPERTY:
The subject property, located at 16 Hillside St., Haverhill, is a portion of the premises found on Assessor’s Map 515, Block 295, Lot 13 and contains approximately 0.068+ acres (2,948 square feet) of land and a building. It is a multi-garden style Two-Family dwelling containing 12 rooms, six bedrooms and two bathrooms total. The building is approximately 140 years old. The exterior is primarily vinyl siding with an Asphalt shingle roof cover and there is a full cellar with a brick and fieldstone foundation.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: RFP003.12
FAX 978-521-4348
ESTIMATED VALUE, SOURCE OF VALUATION:$94,500 by Municipal Assessment.
PROPOSAL DEADLINE DATE AND TIME:
9/15/11
ADDITIONAL INFORMATION Documents can be downloaded from the City's website at www.ci.haverhill.ma.us or www.comm-pass.com. The City reserves the right to reject any and all bids, in whole or in part, and to waive informalities that are in the City's best interests.
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
79
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe 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.CR-3
AGENCY:Lancaster, Town ofTown Administrator's Office695 Main St. Suite #1Lancaster, MA 01523
Orlando Pacheco
PHONE 978-365-3326
DESCRIPTION OF PROPERTY:
Building is centrally located at 800 Main St., Lancaster and was used to House Ambulance Department. This is a two-story, .09 acre parcel. Building has 3,476 square feet.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: Lancaster Ambulance 1
FAX 978-368-8486
ESTIMATED VALUE, SOURCE OF VALUATION:$160,000, real estate appraisal.
PROPOSAL DEADLINE DATE AND TIME:
9/14/11
ADDITIONAL INFORMATION RFP available in electronic format. RFP includes deed and property record card.
Email: [email protected]
11:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Lowell, City of Department of Planning and DevelopmentJ.F.K. Civic Center50 Arcand DriveLowell, MA 01852
Patricia Lucken
PHONE 978-446-7200
DESCRIPTION OF PROPERTY:
412 Merrimack St. (Smith Baker Center), Lowell. Property contains ± 12,458 square feet of land improved by a three-story brick and masonry building, ± 17,849 square feet. Property for Arts, Entertainment and Performance Use.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 412072011
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:$300,000 Minimum sale price by appraisal.
PROPOSAL DEADLINE DATE AND TIME:
10/12/11
ADDITIONAL INFORMATION Property may be viewed every Wednesday at 9:00 A.M. up to and including 10/5/11.
Email: [email protected]
1:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
80
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe 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.CR-3
AGENCY:Lynn, City ofHousing Authority and Neighborhood Development10 Church St.Lynn, MA 01905
Tim Leonard
PHONE 781-581-9638
DESCRIPTION OF PROPERTY:
The authority is making space available for lease at 170 South Common St., Lynn. The property is being offered, on a non-exclusive basis, for antenna and related equipment for FCC Licensed Carriers in telecommunications. Property is a ten-story brick apartment building with rubber roof membrane.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 781-477-2876
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
9/23/11
ADDITIONAL INFORMATION To schedule a site visit call Tim Leonard at 781-581-9638. Lease may be subject to special permit from city council.
Email: [email protected]
11:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Nantucket, Town of 16 Broad St.Nantucket, MA 02554
John Brescher
PHONE 508-228-7215
DESCRIPTION OF PROPERTY:
Pursuant to an affirmative vote on Article 1 of the 2003 Special Town Meeting, Article 118 of the 2008 Annual Town Meeting, Articles 87 and 88 of the 2009 Annual Town Meeting, Article 25 of the 2009 Special Town Meeting, Articles 75 and 81 of the 2010 Annual Town Meeting and Article 103 of the 2011 Annual Town Meeting, the Town of Nantucket is issuing this Request for Proposals to dispose of 25 parcels of vacant Town-owned land.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 2011-45
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
9/15/11
ADDITIONAL INFORMATION Proposals can be obtained from and will be accepted at the Planning Office, 2 Fairgrounds Rd., Nantucket. Proposals can also be obtained online at www.nantucket-ma.gov on the Procurement page.
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
81
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe 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.CR-3
AGENCY:Orange, Town ofMunicipal Airport Commission80 Airport Rd.Orange, MA 01364
Len Bedaw
PHONE 978-544-8189
DESCRIPTION OF PROPERTY:
Lease of Airport Property for Two to Six MW Solar Photovoltaic (PV) Facility: The Orange Municipal Airport ( the "Host"), seeks proposals, pursuant to M.G..L c. 30B, § 16, from qualified, interested parties (individually a "Respondent" and collectively the "Respondents") with one Respondent ultimately selected to serve as a contractor ("Contractor"), to design, permit, finance, procure, install, interconnect to utility grid, test, commission, operate, maintain and decommission a solar PV power generating system ("PV System") on leased land at the Orange Municipal Airport, 80 Airport St., Orange (the "Facility").
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
9/9/11
ADDITIONAL INFORMATION Request for Proposals (RFP) available on 8/10/11.
Email: [email protected]
12:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Springfield, City ofRedevelopment Authority (SRA)70 Tapley St.Springfield, MA 01104
Ms. Samalid Hogan
PHONE
DESCRIPTION OF PROPERTY:
The Springfield Redevelopment Authority is requesting proposals for the purchase and development of 1200 Hall of Fame Ave. (also known as 1200 West Columbus Ave.), located within the West Columbus Avenue Urban Renewal Plan. Proposed uses must be complimentary to the existing amenities in the riverfront area, and consistent with the requirements under the West Columbus Avenue Urban Renewal Plan. The SRA will not entertain offers of lease for this property. The 1200 Hall of Fame Avenue is a condominium unit described in a Master Deed dated 11/15/03 and recorded in Book 13794 on Page 239 of the Hampden County Land Records.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 413-787-6524
ESTIMATED VALUE, SOURCE OF VALUATION:$1,050,000 by appraisal on 1/25/11.
PROPOSAL DEADLINE DATE AND TIME:
9/9/11
ADDITIONAL INFORMATION Appraisal conducted by James F. Fisher, MAI Certified General Appraiser. This unit has a 1% interest in the common areas and facilities of the Condominium and is required to pay 1% of the common area maintenance charges estimated at $6,001.49. The unit does not have preferred parking rights but does have the benefit of all condominium parking areas. The SRA is presently requesting a waiver of the right of first refusal from the Condominium Association as set forth in Article VIII of the By-Laws of the Master Deed. If the request is granted during this RFP process, an amendment will be provided.
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
82
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe 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.CR-3
AGENCY:Bay Transportation Authority, Massachusetts (MBTA)c/o Newmark Knight FrankSouth Station Bus Terminal700 Atlantic Ave. Suite 408Boston, MA 02111
Stephen H. Squibb
PHONE 617-790-4302
DESCRIPTION OF PROPERTY:
Newmark Knight Frank agents for the MBTA to invite interested parties to bid for the lease of 222 feet of retail concession space at the South Station Bus Terminal that will include the sale of coffee, bagels, donuts, croissants and other similar type food that may be approved by Newmark Knight Frank. The term of the lease will be five years.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: SSBT-411
FAX 617-439-9839
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
9/9/11
ADDITIONAL INFORMATION Interested parties may pick up invitation to bid packages at the above agency address, 8/3/11. Office Hours: Monday - Friday, 9:00 A.M. - 3:00 P.M. All bids must be submitted on MBTA's proposal forms and placed in a sealed envelope. Questions must be submitted in writing by 8/23/11 to the above agency address in order to allow adequate time for a response.
Email: [email protected]
3:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Capital Asset Management, Division of (DCAM)Office of Real Estate ManagementOne Ashburton Place 15th FloorBoston MA 01208
Nicholas J. Tsaparlis, R.E. Transactions Manager
PHONE 617-727-8090 ext. 245
DESCRIPTION OF PROPERTY:
Approximately 450 square feet of temporarily surplus state-owned land under the care and control of the Department of Higher Education (DHE) and located at Mass Bay Community College, 50 Oakland St., Wellesley (Premises) for the unique purpose of installing, operating and maintaining telecommunications equipment.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 617-727-6074
ESTIMATED VALUE, SOURCE OF VALUATION:$345,968 total rent payable over 10-year term.
PROPOSAL DEADLINE DATE AND TIME:
ADDITIONAL INFORMATION The above named public agency is required by M.G.L. c. 7, § 40H to publish notice of the party selected and the amount of the transaction. The premises was leased on 8/1/11 for a term of ten years to Sprint Spectrum, L.P.
Email:
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
83
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe 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.CR-3
AGENCY:Mount Greylock Regional School DistrictOffice of the Superintendent1781 Cold Spring Rd.Williamstown, MA 01267
Lynne Sadlowski
PHONE 413-458-9582
DESCRIPTION OF PROPERTY:
Assignment of Contract between Mount Greylock Regional School District and Florida Towers Partners, LLC relative to current lease agreement for the purpose of construction of a cell tower.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 413-458-2856
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
9/9/11
ADDITIONAL INFORMATION
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:North River Collaborative (NRC)Administrative Office198 Spring St.Rockland, MA 02370
Michael Laliberte
PHONE 781-878-6056
DESCRIPTION OF PROPERTY:
Request for Proposal (RFP) for a Five-year lease, with option for an additional five years, to be used as a Recovery High School that meets the criteria: renovated space that is ADA accessible, meets safety, fire and code requirements for an educational facility. Must be a minimum of 5,500 - 7,000 square feet, including five classrooms at a minimum of 600 square feet each, one of which has a sink with running water. Also, one additional room of 800 square feet, one kitchen and five other offices. Fire alarm tied into fire department. Site must be accessible by public transportation, have access to public parking and be near the Commuter rail serving Brockton and nearby towns, preferably near Massasoit Community College. Renovations are the responsibility of the landlord. Floor plan to be submitted with bid.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: RHS002
FAX 781-982-9787
ESTIMATED VALUE, SOURCE OF VALUATION:$0.5 Million (5-year), $1 Million (10-year).
PROPOSAL DEADLINE DATE AND TIME:
9/12/11
ADDITIONAL INFORMATION RFP documents may be picked up at the above agency address, Monday - Friday, 9:00 A.M. - 3:00 P.M. Sealed bid documents must be submitted no later than the deadline. The award of the contract will be to the proposer offering the most advantageous proposal, taking into consideration all evaluation criteria as well as price. NRC is an equal opportunity employer.
Email: [email protected]
12:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
84
Page 1 of 3 DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE
OFFICE OF LEASING AND STATE OFFICE PLANNING ONE ASHBURTON PLACE, 14th FLOOR – ROOM 1411
BOSTON, MASSACHUSETTS 02108 617-727-8000
WEEK OF AUGUST 7, 2011
LEASED SPACE SOUGHT FOR STATE AGENCIES The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease. Deadline Project # User Agency Space Type Usable Sq. Ft.(USF) Location 08/10/11 2:00 PM
201135000.1 The Department of Children and Families, the Department of Transitional Assistance, and the Massachusetts Rehabilitation Commission of the Executive Office of Health and Human Services
Office Approximately 40,200 to house DCF, DTA, and MRC together 1
OR Approximately 34,300 to house DCF and DTA together 1
OR Approximately 26,100 to house DTA and MRC together 1
OR Approximately 16,400 to house DCF alone
OR Approximately 7,300 to house MRC alone
Boston, within the following U.S. Postal Zip Codes: 02108, 02109, 02110, 02111, 02113, 02114, 02115, 02116, 02118, 02119, 02120, 02127, 02130, 02131, 02132, 02134, 02135, 02136, 02163, 02210, 02215; or Brookline; or Quincy
Page 2 of 3
08/10/11 2:00 PM
201136000.1 The Department of Children and Families, the Department of Transitional Assistance, the Department of Developmental Services, and the Massachusetts Rehabilitation Commission of the Executive Office of Health and Human Services
Office Approximately 56,400 to house DCF, DTA, DDS, and MRC 1
OR
Approximately 41,000 to house DCF and DTA together 1
OR
Approximately 16,400 to house DDS and MRC together 1
OR
Approximately 26,300 to house DTA alone
OR
Approximately 16,700 to house DCF alone
Boston, within the following U.S. Postal Zip Codes: 02119, 02121, 02122, 02124, 02125, 02126, 02130, 02131, 02132, 02136; or Dedham; or Milton; or Norwood; or Westwood
08/17/11 2:00 PM
201142000.1
Department of Developmental Services
5-Bedroom Group Homes
Approximately 2,600 to 2,950 per home 2
Brimfield, East Longmeadow, Hampden, Ludlow, Monson, Palmer, Wales, Wilbraham, or Warren
08/17/11 2:00 PM
201143000.1 Department of Developmental Services
5-Bedroom Group Homes
Approximately 2,600 to 2,950 per home
Athol, Ashburnham, Gardner, Hubbardston, Phillipston, Templeton, Westminster, or Winchendon
08/24/11 2:00 PM
201132000.1 Office of the District Attorney, Hampden District
Office and storage
13,600 square feet of Usable Area
Springfield, within approximately a one-half mile radius of the Hall of Justice located at 50 State Street
09/21/11 2:00 PM
201138000.1 The Department of Children and Families, and the Department of Transitional Assistance of the Executive Office of Health & Human Services
Office Approximately 22,600 1 Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough, Stow, Sudbury, Wayland, Wellesley, or Weston
Page 3 of 3
09/22/11 2:00 PM
201151000.1 The Department of Transitional Assistance, the Department of Mental Health, the Department of Developmental Services, and the Massachusetts Rehabilitation Commission of the Executive Office of Health & Human Services
Office Approximately 22,800 to house DTA, DMH, DDS, and MRC together 1
OR
Approximately 12,700 to house DMH, DDS, and MRC together 1
OR
Approximately 11,300 to house DTA alone
Ashburnham, Ashby, Ayer, Barre, Berlin, Bolton, Clinton, Fitchburg, Gardner, Groton, Harvard, Hubbardston, Lancaster, Leominster, Lunenburg, Pepperell, Princeton, Shirley, Sterling, Templeton, Townsend, Westminster, or Winchendon
_______________________________________________________________________________________________________________________________ 1 Ten year term, with Tenant’s right to surrender up to 25% of the Usable Area any time after the third anniversary of the Date of Occupancy. 2 Twenty year lease-purchase agreement. DCAM is seeking up to two 5-Bedroom Group Homes.
PUBliC NOTICEMASSACHUSE'ITS DEPARTMENT OF ENVIRONMENTAL PROTECTION
BUREAU OF RESOURCE PROTECTION/WASTEWATER MANAGEMENT PROGRAM436 DWIGHT STREET, 5TH FLOOR, SPRINGFIELD, MA 01103
TEL#: (413) 784-1100
Notice is hereby given. that the following application for an individu'a1 reclaimed water use permitis being processed and the followUlg actions beulg proposed thereon pursuant to Section 43 ofChapter 21 of the General Laws, and 314 CMR 5.00 and 2.06:
CITY/TOWN:
PROJECT NAME: Reclaimed Water Use, UMass Reclaimed WaterIntake/Treatment System, UMass Central Heating Plant(CHP)
FUlalEffluent from Amherst Wastewater Treahnent Plant,furUler h'eated at UMass Reclaimed WaterIntake/Trea lment System,
Boiler makeup water in a closed piping system at the UMassCHP to generate steam for use on the UMass campus.
QUANTITY OF RECLAIMEDWATERUSE:
Tentative determination to issue individual ReclaimedWater Use Permit
A copy of the application, draft permit, and statement of basis 01' fact sheet relative to thedraft permit may be obtained from the Deparhnent's Wastewater Management Program at theabove address and telephone number. Comments on the proposed action or requests for a publichearing thereon pursuant to 314 CMR 2.07 must be filed with the Department at the above addresswithin thirty (30) days of this notice.
Brian D. Ha1'1'mgtonDeputy Regional Dh'ectol'Bureau of Res01..11'CeProtection
The Commonwealth of Massachusetts Executive Office for Administration and Finance
Division of Capital Asset Management One Ashburton Place
Boston, Massachusetts 02108
DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZ GOVERNOR Fax: (617) 727-5363 SECRETARY
ADMINISTRATION & FINANCE
TIMOTHY P. MURRAY CAROLE CORNELISON LIEUTENANT GOVERNOR COMMISSIONER
CONTRACTORS SUSPENDED OR DEBARRED
BY THE DIVISION OF CAPITAL ASSET MANAGEMENT
(Last Updated 7/22/11)
Please note that this list consists of individuals and firms suspended or debarred by the Division of Capital Asset Management pursuant to M.G.L. c.29, § 29F and M.G.L. c.149, § 44C and does not include individuals or firms suspended or debarred by the Massachusetts Department of Transportation or any other agency of the Commonwealth of Massachusetts with authority to suspend or debar under M.G.L. c.29, § 29F or M.G.L. c.30, § 39R. This list also does not include individuals or firms suspended or debarred by the Massachusetts Office of Attorney General pursuant to M.G.L. c.149, § 27C and M.G.L. c.149, § 148B and the Massachusetts Division of Industrial Accidents pursuant to M.G.L. c.152, § 25C. In addition, the United States Government also maintains a list of contractors suspended or debarred by federal agencies net at http://epls.arnet.gov. Public awarding authorities are advised to check the Central Register and Commonwealth Vendor Debarment Lists for updated information regarding the suspension or debarment status of any individual or firm.
Please be advised that applicable law prohibits firms suspended or debarred by either state entities or the federal government from submitting bids or proposals to any Massachusetts public agency or entity. The law also prohibits public agencies and entities from soliciting or considering bids or proposals from suspended or debarred individuals and firms and prohibits execution, renewal or extension of contracts with an individual or firm suspended or debarred by any of the above referenced state or federal governmental entities.
Debarred or Suspended Firm/Individual**
Address
Status
Effective Dates
Mechanical Construction Services, Inc. (aka “MCS, Inc.”) and Brian R. LeMay (President)
75 Bay State Road Lawrence, MA 01841
Debarred
August 17, 2010 through August 17, 2011
Callahan, Inc. 80 First Street Bridgewater, MA 02362
Suspended October 22, 2010 through October 22, 2011
1
THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL
ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108
MARTHA COAKLEY (617) 727-2200 ATTORNEY GENERAL TTY (617) 727-4765 www.mass.gov.ago
DEBARMENT LIST: June 28, 2011
1. Milton Marder of 18 Maple Street, Maynard, MA 01754, is debarred for a period of 8
years beginning March 16, 2005 through March 15, 2013. 2. 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.
3. 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.
4. Olympic Painting and Roofing, Inc. and George Vosiliodes, both of 515 Lowell
Street, Peabody, MA 01960, are debarred pursuant to M.G.L. c.152, §25C beginning August 6, 2008 through August 5, 2011.
5. Nealco Environmental Services, Inc. of 5 Caspian Way, Dorchester, MA 02125 and Neal Cass, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 27, 2009 through October 26, 2011. 6. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA 01960, and
Maureen E. Albright, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning August 27, 2010 through August 26, 2011.
7. 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.
8. 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.
9. JVF d/b/a Irrigation Repair Company, of 239 Mattakeesett Street, Pembroke, MA
02359, and John Finocchi, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning October 14, 2010 through October 13, 2011.
2
10. Universal General Construction Corp., of 21 forest Street, 2nd Floor, Milford, MA
01757, and Alexsandro Demoura, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning November 4, 2010 through November 3, 2011.
11. Robell, Inc., of 72 Page Street, Luneburg, MA 02421 and Robert Ullo, its owner, are
debarred pursuant to M.G.L. c. 149, § 27C, beginning November 5, 2010 through November 4, 2012.
12. A & D Trucking Services, LLC, of 54 Beach Street, Milford, MA 01757 and Antonio
M. Goncalves, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning December 13, 2010 through December 12, 2011.
13. Robert A. Firth, III, d/b/a/ Robert A. Firth, of 17 Dale Street, Saugus, MA 01906,
are debarred pursuant to M.G.L. c. 149, § 27C , beginning July 20, 2010 through July 19, 2011.
14. 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.
15. K-Fly Contractors, of 3 Woodgate Street, Nashua NH, 03063, and Thomas
Katsiaficas, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning February 1, 2011 through January 31, 2012.
16. 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. 17. Eagle Home Improvement, of P.O. Box 688, Goffstown, NH, 03045, and Anthony
DeNapoli, its owner, are debarred pursuant to M.G.L. c. 149, § 27C , beginning January 5, 2011 through December 27, 2011.
18. Superior Foundations, Inc. d/b/a Superior Waterproofing, Inc., of 11 Plantation
Drive, P.O. Box 536, Jaffrey, NH 03453 and William M. Gordon, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning October 19, 2010 through October 18, 2011.
19. 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.
20. 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.
Department of Industrial Accidents600 Washington Street, 7th Floor
Boston, Massachusetts 02111
~ THE COMMONWEALTH OF MASSACHUSETTS
~'IJ---J~I----~. Q --."--.
:;1 .. ';
1•<:1 '~d
~~~., ~o,j •••••,
DEVAL L. PATRICKGovernor
TIMOTHY P. MURRAYLieutenant Governor
PAUL V. BUCKLEYCommissioner
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 ofIndustrialAccidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for aperiod 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 thanone 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. govIElwdl docs/ dialinvestigations/ debarment _list.x1s
THE COMMONWEALTH OF MASSACHUSETTS Executive Office for Administration and Finance
OPERATIONAL SERVICES DIVISION One Ashburton Place, Suite 1017
Boston, MA 02108-1552 Deval L. Patrick
Governor
Timothy P. Murray Lieutenant Governor
Jay Gonzalez Secretary
Gary J. Lambert Assistant Secretary for
Operational Services
SUPPLIER DIVERSITY OFFICE Reginald Nunnally Executive Director
COMPANIES CERTIFIED BY THE SUPPLIER DIVERSITY OFFICE
Company: Bey Electronics, Corp.
Ms. Renate Nuss 39 Kentucky Avenue Paterson, NJ 07503 (973)225-9494 Fax: (973)225-9415 [email protected]://www.beyelectronics.com
Certified By: Supplier Diversity Office Classification: DBE Effective Date: July 28, 2011 Company: Etsky Consulting
Ms. Etta Davis 43 Pinewood Road Bolton, MA 01740 (978)779-6078 Fax: (978)779-6078 [email protected]://www.etskyconsulting.com
Certified By: Supplier Diversity Office Classification: WBE Effective Date: July 28, 2011 Company: Hartman and Associates, Inc.
Ms. Eunice Hartman 3 Estella Lane East Falmouth, MA 02536 (617)901-8551 Fax: (617)892-4171 [email protected]
http://www.hartmanassociates.com Certified By: Supplier Diversity Office Classification: WBE Effective Date: July 28, 2011 Company: J. B. Enterprise
Ms. Jane Sarjeant 375 Main Street Woburn, MA 01801 (781)937-8018 [email protected]://www.j-benterprise.com
Certified By: Supplier Diversity Office Classification: WBE and DBE Effective Date: July 28, 2011
Tel: (617) 720-3300 TTD: (617) 727-2716 Fax: (617) 727-4527
www.mass.gov/osd Follow us on Twitter: @OSD_GaryLambert
Tel: (617) 720-3300 TTD: (617) 727-2716 Fax: (617) 727-4527
www.mass.gov/osd Follow us on Twitter: @OSD_GaryLambert
THE COMMONWEALTH OF MASSACHUSETTS Executive Office for Administration and Finance
OPERATIONAL SERVICES DIVISION One Ashburton Place, Suite 1017
Boston, MA 02108-1552 Deval L. Patrick
Governor
Timothy P. Murray Lieutenant Governor
Jay Gonzalez Secretary
Gary J. Lambert Assistant Secretary for
Operational Services COMPANIES CERTIFIED BY THE SUPPLIER DIVERSITY OFFICE
SUPPLIER DIVERSITY OFFICE Reginald Nunnally Executive Director
Company: Long Bay Services, Inc.
Ms. Lisa Guscott 451 Blue Hill Avenue Boston, MA 02121 (617)266-8640 x20 Fax: (617)266-0185 [email protected]://www.longbaymanagement.com
Certified By: Supplier Diversity Office Classification: DBE Effective Date: July 28, 2011 Company: MG Miller & Associates
Ms. Martha G. Miller 202 W. Rosemary Lane Falls Church, VA 22046 (703)362-2850 [email protected]
Certified By: Supplier Diversity Office Classification: WBE Effective Date: July 28, 2011 Company: Neponset Valley Consulting Group, LLC
Mr. Rufino Lomba 95 Washington Street, Suite 104 Canton, MA 02021 (781)690-7015 Fax: (781)253-3906 [email protected]://www.nvc-group.com
Certified By: Supplier Diversity Office Classification: MBE Effective Date: July 28, 2011 Company: Worcester Medical Transportation, LLC
Mr. Alvin Amechi 4 Burncoat Street Worcester, MA 01605 (774)242-0563 [email protected] http://www.worcestermedicaltransportation.com
Certified By: Supplier Diversity Office Classification: MBE Effective Date: July 28, 2011
THE COMMONWEALTH OF MASSACHUSETTS Executive Office for Administration and Finance
OPERATIONAL SERVICES DIVISION One Ashburton Place, Suite 1017
Boston, MA 02108-1552 Deval L. Patrick
Governor
Timothy P. Murray Lieutenant Governor
Jay Gonzalez Secretary
Gary J. Lambert Assistant Secretary for
Operational Services
SUPPLIER DIVERSITY OFFICE Reginald Nunnally Executive Director
COMPANIES DECERTIFIED and/or REMOVED BY THE Su
pplier Diversity Office SDO Company: Econotel Business Systems, Inc.
15 Circle Street East Providence, RI 02916
Decertified by: Supplier Diversity Office Classification: WBE Effective Date: July 28, 2011 Company: Great International and National Travel
200 Highland Avenue Needham, MA 02494
Withdrew: Supplier Diversity Office Classification: WBE Effective Date: July 27, 2011 Company: R & R Associates
2 Pickens Street Lakeville, MA 02347
Withdrew: Supplier Diversity Office Classification: WBE Effective Date: July 27, 2011 Company: Marsha M. Morris and Associates International
1542 Columbus Avenue Roxbury, MA 02119
Decertified by: Supplier Diversity Office Classification: M/WBE Effective Date: July 27, 2011 Company: Shanghai Pier, LLC
39 Brighton Avenue Allston, MA 02134
Decertified by: Supplier Diversity Office Classification: M/WBE Effective Date: July 27, 2011
Tel: (617) 720-3300 TTD: (617) 727-2716 Fax: (617) 727-4527
www.mass.gov/osd Follow us on Twitter: @OSD_GaryLambert
The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e
D e s i g n e r S e l e c t i o n B o a r d One Ashburton Place, 10th Floor, Room 1004
Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112
PUBLIC NOTICE #11-10 August 10, 2011
This Board will accept applications from architects, engineers, or other disciplines as noted, whichever is designated for the projects described in the attached Public Notice identified as List #11-10. Applicants are requested to submit a separate Designer Selection Board Application Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB Master File Brochure and the DSB Application Form (updated July 2011) in Microsoft Word for Windows 97 is available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the revised form. An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. Application closing date for projects on DSB List #11-10 is 2:00 p.m., WEDNESDAY, August 31, 2011. The advertisements may be found on the web by going to the DSB web-site at http://www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. This Public Notice, including attachments, may be duplicated by any and all interested. Please note the following: This Public Notice #11-10 includes: (a) the procedures for conforming to M.G.L. C.7, § 40N, Executive Orders 390 and 478 regarding Affirmative Market and Minority and Women Owned Business Participation.
ALL APPLICATIONS MUST BE SUBMITTED ON THE DSB APPLICATION FORM (Updated July 2011)
(ENCLOSED HEREIN)
FAILURE TO DO SO WILL BE THE BASIS FOR REJECTION OF YOUR APPLICATION.
Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD
The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e
D e s i g n e r S e l e c t i o n B o a r d 1 Ashburton Place, 10th Floor, Room #1004
Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112
PUBLIC NOTICE
TO: Brockton Enterprise 15 Pacella Park Drive, Legal Ads Randolph, 02368 FROM: Designer Selection Board DATE: July 29, 2011 SUBJECT: Classified Legal Advertisement
On August 12, 2011, please insert one day only, the below approximate 2 column 2 inch classified legal
advertisement of the Designer Selection Board. Submit proof of advertisement attached to your invoice. Please refer to P.O. #GAE FIXD #11802.
_______________________________________________________ Gordon P. Sainsbury, AIA; RIBA
EXECUTIVE DIRECTOR DESIGNER SELECTION BOARD
PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE Engineers and architects are advised that DSB Project List #11-10, dated August 10, 2011 describing 01 Division of Capital Asset Management and Maintenance projects is now available at http://www.mass.gov/dcam.
PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE
APPLICANTS PLEASE NOTE: The following requirements were implemented on the following dates and continue to be requirements.
July 2011
APPLICATION UPDATE: Section #12 has been changed to read as follows: Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary). Please use Updated July 2011 DSB Application Form.
February 2011
APPLICATION UPDATE: Added to Section #9 – Number of Total Projects; Number of Active Projects; and Total Construction Cost (In Thousands) of Active Projects (excluding studies). Please use Updated February 2011 DSB Application Form.
MBE/WBE UPDATE: SOMWBA is now known as SDO. The State Office of Minority and Women Owned Business Assistance (SOMWBA) and the Affirmative Market Program (AMP) merged on May 1, 2010 to create a new Massachusetts Supplier Diversity Office (SDO).
March 2010
MBE/WBE Participation: Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form) and submit all necessary forms.
July 2009 CLARIFICATION: Electronic signatures are accepted for the Sub-consultant Acknowledgement forms.
June 2009 CORRECTION: The statement below only applies to all OUT OF STATE PRIME FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firm’s 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 “Sub-consultant 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 to 16 copies.
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.
D S B M A S T E R F I L E B R O C H U R E ( U p d a t e d F e b r u a r y 2 0 1 1 )
In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure (one original + one cd) as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software, is to be included with the submitted update. Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information.
Electronic copies of the forms are available at the following Commonwealth’s Web site: http://www.mass.gov/dcam/dsb.
CHAPTER 579
In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following:
1. Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB selection process. (See M.G.L. C.7, §38G). If designer’s fee is negotiated, he must file a truth-in-negotiations certificate. (Revised to M.G.L. C.7, §38G per Chapter 189 of 1984).
2. There can be no change in consultants from those named on the DSB application unless approved by the Commissioner and reported to the DSB. The director may require a Consultant employed by the designer to obtain and maintain liability insurance.
Section 38G
(a) In the selection of a designer when the fee for design services has been set by the commissioner prior to the selection process, the commissioner shall appoint a designer from among the list transmitted to him or her under section thirty-eight F. If the commissioner appoints any designer other than the one ranked first by the board, he or she shall file a written justification of the appointment with the board.
(b) When the fee for design services is to be negotiated, the commissioner shall review the list transmitted by the board, and may exclude any designer from the list if a written explanation of the exclusion is filed with the board. The commissioner shall then appoint a designer based on successful fee negotiation. The commissioner or persons designated by him or her shall first negotiate with the first ranked designer remaining on the list. Should the commissioner be unable to negotiate a satisfactory fee with the first ranked designer within thirty days, negotiations shall be terminated and negotiations undertaken with the remaining designers, one at a time, in the order in which they were ranked by the board, until an agreement is reached. In no event may a fee be negotiated which is higher than a maximum fee set by the commissioner prior to selection of finalists. Should the commissioner be unable to negotiate a satisfactory fee with any designer initially selected as a finalist by the board, the board shall recommend additional finalists in accordance with the provisions of this chapter. The commissioner may require a finalists with whom a fee is being negotiated to submit a fee proposal and include with it such information as the commissioner requires to provide current cost and pricing data on the basis of which the designer’s fee proposal may be evaluated.
(c) All fees shall be stated in designer’s 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) (one original + one cd) in the format required, and at least annually, continuously update same.
2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key personnel changes in a firm.
3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant.
4. A person may not submit more than one application as a “prime” applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.
5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved in an association or corporation filing for the same project shall disqualify the applicants.
6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts standard Contract for Study Services (Revised 3/10) and Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors).
7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall:
a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract;
b) Submit a statement from a CPA or PA that states that they have examined management’s 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, §38A½ follows:
“Designer,” an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:
(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.)
(ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.)
(iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.
- 2 -
[Note: This requires that the chief executive officer and a majority of the directors or a majority of the stock ownership be registered architects, landscape architects or engineers, and that the person to be in charge of the project be registered in the discipline required for the project. “Registered” means registered in the Commonwealth of Massachusetts.]
(iv) if a joint venture, each joint venturer satisfies the requirements of this section.
(b) As a condition of application, each applicant agrees to carry, if selected for the new project, (other than a master plan, program, or construction management) professional liability insurance in the amount equal to 10% of the estimated construction cost of the project, in conformance with the provisions of Article 12 of study contract and Article 12 of the design contract, i.e. minimum coverage of $250,000 and maximum coverage of $5,000,000. Note that the requirement for professional liability insurance shall apply to both the Contract for Study Services and Contract for Final Design and Construction Administration Services when a project is advertised by both study and design services.
CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS
IN CONFORMANCE WITH CHAPTER 7, SECTION 38F
1. Prior similar experience best illustrating current qualifications for this project.
2. Identity and qualifications of the key persons and consultants who will work on this project.
3. Depth of the firm with respect to size and complexity of the project.
4. Past performance on public and private projects.
a. Quality, clarity, completeness and accuracy of contract documents and design contract.
b. Effectiveness of meeting established program requirements and function within allotted budget.
c. Accuracy of cost estimates including assessment of contractors’ requisitions for payment and change order proposals.
d. Management ability to meet schedules including submission of design and contract documents and processing of shop drawings, contractors’ requisitions and change orders.
e. Coordination and management of consultants.
f. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance (DCAM) staff and agency representatives.
5. Financial stability - including prompt payment of consultant fees.
6. Current workload with DCAM and other public agencies.
7. Geographical location of the firm with respect to the proposed project.
8. Participation of MBEs and WBEs as prime consultants or subconsultants in a role consistent with the participation goals set forth for the project.
a. The Designer Selection Board adheres to M.G.L. C.7, § 40N, Executive Orders 478 and 524 as implemented by the Division of Capital Asset Management and Maintenance establishing goals for minority business enterprise (MBE) and women business enterprise (WBE) participation on all design contracts unless otherwise noted. (See attached pages 6-10)
- 3 -
b. The Minority Business Enterprise and Woman Business Enterprise participation goals established for each contract are set forth on the first page of the “Designer Selection Board Project Criteria” solicitation for that contract.
PARTICIPATION BY MINORITY OWNED BUSINESSES AND WOMAN OWNED BUSINESSES
Pursuant to M.G.L. C.7, § 40N, Executive Orders 478 and 524, the Commissioner of the Division of Capital Asset Management and Maintenance (DCAM), as designee of the Secretary of Administration and Finance, has developed the following goals and procedures to encourage full participation by minority business enterprises (MBEs) and women businesses enterprises (WBEs) (collectively M/WBEs) on contracts for design services entered into by DCAM.
GOALS
Subject to the terms of this memorandum, the following M/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for every DCAM project:
MBE participation goal: 8%
WBE participation goal: 4%
If the contracting design firm is an MBE or WBE, then M/WBE participation credit shall be given in an amount equal to the entire fee paid to the contracting firm. Please note: if the contracting design firm is itself an MBE or WBE, it will still need to obtain participation by another MBE or WBE to meet the goal that it cannot itself fulfill. If the contracting design firm is not itself an MBE or WBE, then M/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE subcontractor or subconsultant (hereafter “subcontractors”) to the Designer. MBE participation may not be substituted for WBE participation, nor may WBE participation be substituted for MBE participation.
MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS
DCAM reserves the right to reduce or waive the M/WBE participation goals stated above for a particular project prior to the receipt of applications to the Designer Selection Board upon its own initiative or upon the request of any applicant if DCAM determines that it is not feasible for a non-M/WBE design firm to meet the M/WBE goals established for the project based upon any or all of the following: (i) actual M/WBE availability, (ii) the geographic location of the project to the extent related to M/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to M/WBEs, or (v) other relevant factors as determined by DCAM.
The M/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project.
After a project is advertised, requests from prospective applicants to reduce or waive the M/WBE participation goals for that project, with all supporting documentation, must be submitted with the application, with a copy to DCAM’s Compliance Office, One Ashburton Place, 15th Floor, Boston, MA 02108. Except as provided below, DCAM will not consider any request to reduce or waive the M/WBE participation goals for a project if the request is received after this deadline.
- 4 -
DETERMINATION OF M/WBE STATUS
A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the State Office of Minority and Women Business Assistance (“SDO”). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SDO.
Certification as a disadvantaged business enterprise (“DBE”), certification as an M/WBE by any agency other than SDO, or submission of an application to SDO for certification as an M/WBE shall not confer M/WBE status on a firm.
Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as M/WBEs to SDO. Information is available from SDO, Ten Park Plaza, Room 3740, Boston, MA 02116 (617) 9738692, and on the Internet at <http://www.state.ma.us/somwba>.
IDENTIFICATION OF M/WBE PARTICIPANTS BY THE SELECTED DESIGNER
The current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.
Not later than five (5) working days after the Designer receives notice of selection for the advertised project, (A-5 Letter), the Designer shall submit to DCAM’s Compliance Office (i) a Letter of Intent for each of the M/WBEs that will perform work under the contract, and (ii) a Schedule of M/WBE Participation. The form of Letter of Intent and Schedule of M/WBE Participation are included in this application package.
Within five (5) working days after receipt of the Letters of Intent, DCAM’s Compliance Office shall review and either approve or disapprove the Designer’s submissions. Without limitation, DCAM reserves the right to reject the Letter of Intent of any M/WBE that is to perform work in a category that is not listed in its SDO certification, or if the price to be paid for the M/WBE Work as stated in the Letter of Intent does not bear a reasonable relationship to the value of such work as reasonably determined by DCAM. If the Designer has not submitted an appropriate Schedule of M/WBE Participation and appropriate Letters of Intent and SDO certification letters establishing that the M/WBE participation goal for the project will be met, the Designer may be considered ineligible for award of the contract and DCAM may award the contract to the second ranked Designer, subject to that Designer’s compliance with these conditions.
DCAM reserves the right to reduce or waive the M/WBE participation goals for a project after selection of the designer and before execution of the contract, provided that no such reduction or waiver shall be granted except under the following circumstances: the selected Designer must establish and document that it has been unable to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals for the project after having made a diligent, good faith effort to do so; all such documentation must accompany the Designer’s request to reduce or waive the M/WBE participation goal and shall include, at a minimum, the following:
• A list of all items of work under the contract that the Designer made available for subcontracting to W/MBEs. The Designer shall identify all items of work that the Designer did not make so available and shall state the reasons for not making such work available for subcontracting to W/MBEs. The Designer shall also demonstrate that, where commercially reasonable, subcontracts were divided into units capable of being performed by M/WBEs.
• Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to W/MBEs to all W/MBEs qualified to perform such work. The Designer shall identify (i) each W/MBE solicited, and (ii) each W/MBE listed in the SDO directory under the applicable trade category who was not solicited and the reasons therefor. The Designer shall also state the dates notices were mailed and provide a copy of the written notice(s) sent.
• Evidence that the Designer made reasonable efforts to follow up the written notices sent to M/WBEs with telephone calls or personal visits in order to determine with certainty whether the M/WBEs were interested in performing the work. Phone logs or other documentation must be submitted.
• A statement of the response received from each M/WBE solicited, including the reason for rejecting any M/WBE who submitted a proposal.
- 5 -
• Evidence of efforts made to assist M/WBEs that need assistance in obtaining bonding, insurance, or lines of credit with suppliers if the inability of M/WBEs to obtain bonding, insurance, or lines of credit is a reason given for the Designer’s inability to meet the M/WBE goals.
• The Designer also shall submit any other information reasonably requested by DCAM to show that the Designer has taken all actions which could be reasonably expected to achieve the M/WBE participation goals.
The Designer may submit any other information supporting its request for a waiver or reduction in the M/WBE participation goals, such as evidence that the Designer placed advertisements in appropriate media and trade association publications announcing the Designer’s interest in obtaining proposals from M/WBEs, and/or sent written notification to M/WBE economic development assistance agencies, trade groups and other organizations notifying them of the project and the work to be subcontracted by the Designer to M/WBEs.
Requests by a selected Designer to reduce or waive the M/WBE participation goals for a particular project based upon the Designer’s inability to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than five (5) business days after receipt by the Designer of the notice of selection (A-5 Letter).
The Designer’s compliance with these procedures and goals is a prerequisite for award of the contract, provided that DCAM reserves the right to waive minor defects in documents and extend time limits in its sole discretion.
- 6 -
SCHEDULE FOR PARTICIPATION BY MINORITY/WOMEN BUSINESS ENTERPRISES
DIVISION OF CAPITAL ASSET MANAGEMENT
DCAM Project Number_______________________________ Project Location___________________________________________
Project Name ________________________________________________________________________________________________
This form must be submitted by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). A Letter of Intent and SDO certification letter for each M/WBE must be submitted with this Schedule of M/WBE participation.
BIDDER CERTIFICATION:
The undersigned Design firm agrees that it will subcontract with the following listed firms for the work described and for the dollar amounts listed below. For purposes of this commitment, the MBE and WBE designation means that a business has been certified by SDO as either a MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the project as follows (attach additional sheets if necessary):
Company Name & Address
MBE or WBE
Describe MBE/WBE Scopes of Work
Total Dollar Value of Participation
1.
2.
3.
4.
5.
6.
7.
8.
MBE Goal: $_________________ Total Dollar Value of MBE Commitment: $_______________
WBE Goal: $_________________ 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__________________________________________ Authorized Signature_________________________________
Business Address_______________________________________ Print Name_________________________________________
_____________________________________________________ Title______________________________________________
Telephone No.__________________ Fax No.________________ Date ______________________________________________
Design Schedule for Participation – Revised 02/05/02
- 7 -
LETTER OF INTENT MINORITY/WOMEN BUSINESS ENTERPRISES PARTICIPATION
DIVISION OF CAPITAL ASSET MANAGEMENT (To be completed by MBE/WBE, and submitted to the Compliance Office by the Designer within five (5) working days after the
Designer receives notice of selection (A-5 Letter).
DCAM Project Number________________________________________________ Indicate SDO Certification:
Project Name ________________________________________________________ ____ MBE
Project Location______________________________________________________ ____ WBE
To__________________________________________________________________ ____ M/WBE Name of Designer
1. This firm intends to perform work in connection with the above project.
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.
3. 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.
4. 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.
MBE/WBE PARTICIPATION
Describe MBE/WBE Scopes of Work Dollar Value of Participation
Total Dollar Value: $_________________________________
Name of MBE/WBE Firm______________________________ Authorized Signature_________________________________
Business Address_____________________________________ Print Name_________________________________________
___________________________________________________ Title______________________________________________
Telephone No________________ Fax No._________________ Date______________________________________________
Design Letter of Intent – Revised 02/05/02
- 8 -
THIS OFFICIAL FORM MAY NOT BE ALTERED POLICY ON EMPLOYMENT OF STUDY CONSULTANTS FOR SUBSEQUENT DESIGN PROJECTS
Amended by the Designer Selection Board on December 15, 2000
1. The Commissioner may appoint a designer to perform continued or extended services if the following conditions are met:
(i) a written statement is filed with the Board explaining the reasons for the continuation or extension of services;
(ii) the program for the design services is filed with the Board if one is required by the regulations of the division; and
(iii) 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 -
- 1 -
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.
2. An electronic copy of the DSB Master File Brochure (Updated February 2011 and the DSB Application Form (Updated July 2011 in Microsoft Word for Windows 97 is available for download from the Web site address: http://www.mass.gov/dcam/dsb.
3. 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. No cover letters, binders and superfluous material. Please staple upper right corner, landscape.
5. 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.
6. 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.
7. 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-A’s (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.
8. 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.
9. 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.
10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project.
11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.
12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the applicant's credibility if the firm applies for every job advertised when only marginally qualified.
13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.
14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed.
15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together.
16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.
NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual
available on the Web site: http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf
Commonwealth of Massachusetts
DSB Master File Brochure (Updated February 2011)
1. Firm Name (or if not an entity, individual’s name), and Business Address
Telephone No.: 1a. Submittal is for Parent Company Branch or Subsidiary Office 1b. Federal ID#:
2. Year Present Firm Established: 3. Date Prepared:
4. 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) � (3) SDO Certified minority woman business enterprise (M/WBE)
5. Name of Parent company, if any: 5a. Former Company Name(s), if any, and Year(s) Established:
6. Name of Sole Proprietor or Names of All Firm Partners and Officers
Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline
a. d. b. e. c. f.
7. If Corporation, or Other Entity Other than a Partnership, provide Names of ALL Members of the Board of Directors:
Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline
a. d. b. e. c. f.
8. Names of All Owners (Stocks or Other Ownership): Name Title Ownership MA Reg.
# Status/Discipline Name Title Ownership MA Reg. # Status/Discipline
a. d. b. e. c. f.
9. 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 ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )
Architects ( ) Electrical Engineers ( ) Mechanical Engrs. ( ) ( )
Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urb./Reg ( ) ( )
Code Specialists ( ) Fire Protection Engrs ( ) Specification Writers ( ) ( )
Civil Engrs. ( ) Geotech. Engrs. ( ) Structural Engineers ( ) ( )
Construction Inspectors ( ) Industrial Hygienist ( ) Surveyors ( ) ( )
Cost Estimators ( ) Interior Designers ( ) ( ) ( )
Drafters ( ) Landscape Architects ( ) ( ) 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 Federal Work Commonwealth of Massachusetts work All other domestic and foreign work
2008 2007
Ranges of Professional Services Fees INDEX
1. Less than $100,000 5. $1 million to $2 million 2. $100,000 to $250,000 6. $2 million to $5 million 3. $250,000 to $500,000 7. $5 million to $10 million 4. $500,000 to $1 million 8. $10 million or greater
Experience Profile Code Numbers for use with questions 11, 12 and 13 001 Acoustics, Noise Abatement 037 Fisheries; Fish Ladders 065 002 Aerial Photogrammetry 038 Forestry & Forest Products 066 003 Agricultural Development; Grain Storage; 039 Garages; Vehicle Maintenance Facilities; 067
Farm Mechanization Parking Decks 068 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 005 Airports; Navaids; Airport Lighting; 041 Graphic Design
Aircraft Fueling 042 Harbors; Jetties, Piers, Ship Terminal Facilities 070 006 Airports; Terminals & Hangars; Freight Structures or Components 071
Handling 043 Heating, Ventilating, Air Conditioning 072 007 Arctic Facilities 044 Health Systems Planning 073 008 Auditoriums & Theaters 045 Highrise; Air-Rights-Type Buildings 074 009 Automation; Controls; Instrumentation 046 Highways; Streets; Airfield Paving; Parking Lots 075 010 Barracks; Dormitories 047 Historical Preservation 076 011 Bridges 048 Hospital and Medical Facilities 077 012 Cemeteries 048A Medical Facilities - Mental Health 078 013 Chemical Processing & Storage 048B Medical Facilities - Acute Care 079 014 Churches; Chapels 048C Medical Facilities - Ambulatory Care, Clinics 080 015 Codes; Standards; Ordinances 049 Hotels, Motels 081 016 Cold Storage; Refrigeration; Fast Freeze 050 Housing (Residential, Multi-Family; 082 017 Commercial Building (low rise); Shopping Apartments; Condominiums) 083
Centers 050A Housing - Residential Mental Health 084 018 Communication Systems; TV; Microwave 050B Housing - Resid. Mental Ret. /Group Home 084A 019 Computer Facilities; Computer Service 050C Housing - Elderly 084B 020 Conservation and Resource Management 050D Housing - Assisted Living 084C 021 Construction Management 051 Hydraulics and Pneumatics 084D 022 Corrosion Control; Cathodic Protection; 052 Industrial Buildings; Manufacturing Plants 084E
Electrolysis
053 Industrial Processes; Quality Control 084F 023 Cost Estimating 054 Industrial Waste Treatment 085 024 Dams (Concrete; Arch) 055 Interior Design; Space Planning 086 025 Dams (Earth; Rock); Dikes; Levees 055A Facilities Management 088 026 Desalination (Process & Facilities) 056 Irrigation; Drainage 088A 027 Dining Halls; Clubs; Restaurants 057 Judicial and Courtroom Facilities 088B 028 Ecological & Archeological Investigations 058 Laboratories; Medical Research Facilities 088C 029 Educational Facilities; Classrooms 058A Laboratories; Commercial 089 029A Educational Facilities; Higher Ed 058B Laboratories; Higher Ed Research Sciences 090 029B Educational Facilities; Secondary Ed 058B Laboratories; Heavy Equipment 091 029C Educational Facilities; Elementary Ed 058C Laboratories; Pathology, Medical Examiner 092 029D Educational Facilities; Child Day Care 058D Laboratories; Crime Investigation 093 030 Electronics 059 Landscape Architecture 094 031 Elevators; Escalators; People Movers 060 Libraries; Museums; Galleries 095 032 Energy Conservation; New Energy Sources 061 Lighting (Interiors; Display; Theatre, Etc.) 096 032A Sustainable Design 062 Lighting (Exteriors) 097 033 Environmental Impact Studies, 063 Materials Handling Systems; Conveyors; 098
Assessments or Statements Sorters 099 034 Fallout Shelters; Blast-Resistant Design 064 Metallurgy 099A 035 Field Houses; Gyms; Stadiums 036 Fire Protection
Microclimatology; Tropical Engineering 100 Special Environments; Clean Rooms, Etc. Military Design Standards 101 Structural Design; Special Structures Mining and Mineralogy 102 Surveying; Platting; Mapping; Flood Plain Missile Facilities (Silos; Fuels; Transport) Studies Modular Systems Design; Pre-fabricated 103 Swimming Pools
104 Storm Water Handling & Facilities Naval Architecture; Off-Shore Platforms 105 Telephone Systems (Rural; Mobile Nuclear Facilities; Nuclear Shielding Intercom, ; Etc.) Office Buildings; Industrial Parks 106 Testing & Inspection Services Oceanographic Engineering 107 Traffic & Transportation Engineering Ordnance; Munitions; Special Weapons 108 Towers (Self-Supporitng & Guyed Systems) Petroleum Exploration; Refining 109 Tunnels & Subways petroleum and Fuel (Storage and Distribution) 110 Urban Renewals; Community Development Pipelines (Cross-Country - Liquid & Gas) 111 Utilities (Gas & Steam) Planning (Community, Regional 112 Value Analysis; Life-Cycle Costing Planning (Site, Installation, and Project) 113 Warehouses & Depots Plumbing and Piping Design 114 Water Resources; Hydrology; Ground Water Pneumatic Structures, Air-Support Buildings 115 Water Supply; Treatment and Distribution Postal Facilities 116 Wind Tunnels; Research/Testing Facilities Power Generation, Transmission, Distribution Design Prisons & Correctional Facilities 117 Zoning; Land Use Studies Correctional Facilities - Minimum Security 201 Correctional Facilities - Medium Security 202 Correctional Facilities - Maximum Security 203 Correctional Facilities - Youth Detention 204 Public Safety Facilities - Police/Fire Stations 205 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
Updated February 2011 DSB Master File Brochure Page 2
11. Profile of Firm’s Project Experience, Last 5 Years Profile Code No. of Projects Total Gross Fees
(in thousands) Profile Code No. of Projects Total Gross Fees
(in thousands) Profile Code No. of Projects Total Gross Fees
(in thousands) 1. 11. 21. 2. 12. 22. 3. 13. 23. 4. 14. 24. 5. 15. 25. 6. 16. 26. 7. 17. 27. 8. 18. 28. 9. 19. 29. 10. 20. 30.
12. 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).
Profile Code
Role P, C, JV *
Phases St., Sch., D.D., C.D.,A.C. *
Project Name, Location & Principal-in-Charge Owner Name & Address (Include Contact name and phone number)
Project Cost (in thousands)
Completion Date (Actual or Estimated)
(R)Renovation or (N)New
1.
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. 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).
Profile Code
Role P, C, JV
Phases St., Sch., D.D., C.D.,A.C.
Project Name, Location & Principal-in-Charge Owner Name & Address (Include Contact name and phone number)
Project Cost (in thousands)
Completion Date (Actual or Estimated)
(R)Renovation or (N)New
1.
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
Commonwealth of Massachusetts DSB Application Form (Updated July 2011)
1. Project Name/Location for Which Firm is Filing: 2a. DSB # Item #
2b. Mass. State Project #
3a. Firm (Or Joint-Venture) - Name and Address Of Primary Office To Perform The Work:
3e. Name Of Proposed Project Manager:
For Study: (if applicable) For Design: (if applicable)
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. Federal ID #: 3g. Name and Address Of Parent Company, If Any:
3d. Name and Title Of Principal-In-Charge Of The Project (MA Registration Required):
Email Address: Telephone No: Fax No.:
3h. 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) �
4. 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 ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )
Architects ( ) Electrical Engrs. ( ) Mechanical Engrs. ( ) ( )
Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urban./Reg. ( ) ( )
Civil Engrs. ( ) Fire Protection Engrs. ( ) Specification Writers ( ) ( )
Code Specialists ( ) Geotech. Engrs. ( ) Structural Engrs. ( ) ( )
Construction Inspectors ( ) Industrial Hygienists ( ) Surveyors ( ) ( )
Cost Estimators ( ) Interior Designers ( ) ( ) ( )
Drafters ( ) Landscape Architects ( ) ( ) 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
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)
Project Manager for Study
Project Manager for Design
Updated July 2011 DSB Application Form Page 2
7. 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: a. Name and Title Within Firm:
b. Project Assignment: b. Project Assignment:
c. Name and Address Of Office In Which Individual Identified In 7a Resides: MBE �
WBE �
c. Name and Address Of Office In Which Individual Identified In 7a Resides: MBE �
WBE
�
d. Years Experience: With This Firm: With Other Firms: d. Years Experience: With This Firm: With Other Firms:
e. Education: Degree(s) /Year/Specialization e. Education: Degree(s) /Year/Specialization
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. 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).
a. Project Name and Location Principal-In-Charge
b. Brief Description Of Project and Services (Include Reference To Areas Of Experience Listed In DSB Advertisement)
c. Client’s Name, Address and Phone Number. Include Name Of Contact Person
d. Completion Date (Actual Or Estimated)
e. Project Cost (In Thousands) Construction Costs(Actual, Or Estimated If Not Completed)
Fee For Work For Which Firm Was Responsible.
(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 Sub-Consultant). 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
Principal-In-Charge b. Brief Description Of Project and
Services (Include Reference To Areas Of Experience Listed In DSB Advertisement)
c. Client’s Name, Address and Phone Number (Include Name Of Contact Person)
d. Completion Date (Actual Or Estimated)
e. Project Cost (In Thousands) Construction Costs (Actual, Or Estimated If Not Completed)
Fee for Work for Which Firm Was Responsible
(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: # of Active Projects: Total Construction Cost (In Thousands) of Active Projects (excluding studies):
Role P, C, JV
*
Phases St., Sch., D.D., C.D.,A.C. *
Project Name, Location and Principal-In-Charge: Awarding Authority (Include Contact Name and Phone Number)
Construction Costs (In Thousands) (Actual, or Estimated if Not
Completion Date (Actual or Estimated) (R)Renovation or (N)New
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 ½” 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
Name Title MA Reg #
Status/Discipline
a.
d.
b.
e.
c.
f.
14. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg #
Status/Discipline
Name Title MA Reg #
Status/Discipline
a.
d.
b.
e.
c.
f.
15. Names Of All Owners (Stocks Or Other Ownership): Name and Title % Ownership MA Reg.#
Status/Discipline
Name and Title % Ownership MA Reg.# Status/Discipline a.
d.
b.
e.
c.
f.
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 Commonwealth of Massachusetts S-CA 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 Designer’s 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
House Doctor Form Revised 7-19-11
COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA
DSB LIST # 11-10 ITEM # 1 DSB PUBLIC NOTICE DATE: August 10, 2011 LAST DATE FOR FILING APPLICATION IS: August 31, 2011 at 2:00 PM The Board requests applications to be submitted by any of the following firms:
( X ) Architect ( ) Engineer ( X ) Architect/Engineer (A/E) ( ) Other:
PROJECT NUMBER: MCC2011D -1 PROJECT TITLE: Study and Design for General Building Renovation, Repairs and
Upgrades PROJECT LOCATION: Brockton and Canton AWARDING AGENCY: Massasoit Community College (MCC) APPROPRIATION SOURCE: Massasoit Community College AVAILABLE AMOUNT: $500,000 per contract ESTIMATED CONSTRUCTION COST: Less than $2 million for each project TOTAL FEE, excluding reimbursables, based on scopes of work and services authorized, shall not exceed: ( X ) Lump sum established set fee per M.G.L. C.7, §38G(a) $500,000 Dollars IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( ) OTHER MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, § 40N, Executive Orders 478 and 524, Massasoit Community College has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime firm’s application how they or their consultants will meet these goals and will be evaluated on that basis. Further information about the MBE/WBE Program appears in the DSB Public Notice at pages 4-8 titled “Participation by Minority Owned Businesses and Woman Owned Businesses,” in the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) at Attachment C, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the Supplier Diversity Office (formerly SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form). N.B.1: This contract will be a “house doctor” contract. Multiple projects of the type described in the General Scope of
Work may be assigned, and fee increments approved, up to the total value of the contract.
DSB LIST # 11-10 ITEM # 1 DSB PUBLIC NOTICE DATE: August 10, 2011
DSB List# 11-10, Item #1- Page 2 of 5
N.B.2: The Awarding Agency may award up to three (3)contracts, each with a total value of $500,000 to qualified designers under this contract.
APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: Massasoit Community College’s Brockton Campus is a 100-acre facility, with a number of modern academic buildings that include a student center, library, day care, two theaters, radio and TV studios and a field house which houses a swimming pool, basketball court, racquetball courts and weight room. The building types vary from brick faced to concrete structures. The Conference Center at Massasoit is adjacent to this campus and is available for meetings and functions. The College’s Workforce Development & Community Education Division is also housed at the Center. The scope of work may include but is not limited to the following steps:
1. Investigating the nature and severity of the problem. 2. Documenting existing conditions. 3. Recommending detailed repairs and magnitude of cost for such repairs including cost benefit analysis of repair vs.
new construction. 4. Proposing alternate methods of repairs for resolution of the problem, including energy efficient alternatives. 5. Developing the preferred solution to schematic design and/ or design development. 6. Preparing construction specifications and documents, cost estimates, and providing construction administration for
the solution. Consideration in the analysis should include energy costs, sustainability principles, life cycle costs, expected remaining useful life of building, and systems. Particular attention should be paid to the constructability, reliability and durability of maintenance systems and materials. If the selected designer is appointed for final design, the General Scope of Work will be defined by the certifiable building study and the current version of the DCAM Designer Procedures Manual. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. Canton Campus The Canton Campus is a multi-level facility on 18 acres in the Blue Hills area south of Boston. Specialized labs, art studios, and Computer Aided Design (CAD) and Macintosh computer labs support the technical and visual arts programs on campus. The campus is also home to the Milton Art Museum and the Akillian Gallery.
Aerial View of Canton Campus
DSB LIST # 11-10 ITEM # 1 DSB PUBLIC NOTICE DATE: August 10, 2011
DSB List# 11-10, Item #1- Page 3 of 5
Brocton Campus The Brockton Campus is made up of single-storied buildings arranged orthogonally around a large, sunken, paved central quad. The grid-like organization of buildings creates a sense of accessibility and permeability upon arrival to the campus. Parking lots line the central access road to the west and south, while athletic fields occupy land to the east and south. The Brockton Campus’ topography slopes at a gentle three to four percent grades from west to east. The high point, at the west entrance, is 150 feet above sea level, while the lowest area, at the athletic fields to the east, is 100 feet above sea level. Although the campus is surrounded by wetlands, very few are found on college property. It is significant to note, however, that wetlands run the entire length of the eastern property line. This property line borders the athletic fields.
Map of the Brockton Campus Examples of some of the immediate projects on both campuses:
• External envelope evaluation and suggested repairs. • Renovations to student related offices on both campuses that were built in the 1970s. • Upgrades to parking lots and quad area. • Structural and mechanical evaluations and assessments. • Design and placement of modular buildings including classrooms/childcare/maintenance/labs. • Evaluation of mechanical and electrical infrastructures. • Code upgrades, including development of remedial plans to conform to universal access/ADA compliance. • Internal renovations and suggested repairs.
ADDITIONAL SUPPORTING DOCUMENTS: N/A GENERAL CONDITIONS FOR THIS CONTRACT: Contract This contract is limited to projects with an estimated construction cost of less than $2,000,000 as per M.G.L. C. 7 §40B, as amended by C. 159 §15 of the Acts of 2000, C. 245 §22 of the Acts of 2002 and C. 120 §8 of the Acts of 2009. The designer must prepare studies for all projects under this contract, and all studies must be certified
DSB LIST # 11-10 ITEM # 1 DSB PUBLIC NOTICE DATE: August 10, 2011
DSB List# 11-10, Item #1- Page 4 of 5
by the DCAM Director of Programming before final design can proceed. Master plans and/or studies for any projects with an estimated construction cost of $2 million or more may not be performed under this contract. The applicant agrees to execute Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (“Design Contract”) or its successor, without revisions or modifications. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance
(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls, and
expresses their opinion regarding those controls. DCAM Procedures The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008 (http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: (http://www.mass.gov/dcam). Executive Order 484 Projects undertaken under this contract shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/Agov3/docs/Executive%20Orders/Leading%20by%20Example%20EO.pdf. All building studies shall include preliminary estimates of the project’s 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 project’s impact on the operating agency’s plan for meeting EO 484’s goals are documented in the consensus solution, implementation plan and estimated construction cost. Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. Massasoit Community College welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Construction Specifications The designer shall utilize the DCAM Standard Specification. Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/Eoaf/docs/dcam/dlforms/cem_feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. CONDITIONS FOR APPLICATION: The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in 1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.
DSB LIST # 11-10 ITEM # 1 DSB PUBLIC NOTICE DATE: August 10, 2011
DSB List# 11-10, Item #1- Page 5 of 5
an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel. 1. Architect (Prime) 6. Landscape Architect 2. Mechanical Engineer (M/P/FP) 7. Specification Consultants 3. Electrical Engineer 8. Cost Estimator 4. Structural Engineer 9. ADA Specialist 5. Civil Engineer Where an “independent consultant” is required the Applicant may not provide the services “in house.” If the Applicant plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately on the organizational chart. APPLICATION EVALUATION – PROJECT EXPERIENCE Applications will be evaluated based upon the requirements of M.G.L. Ch. 7 §38F and the work listed on DSB Application Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Architectural/Engineer must show experience
with colleges of similar size and type. 4. ADA compliance at a higher education facility or campus
setting. 2. Design and renovations to Higher Education
classrooms, offices and labs of varying sizes. 5. Experience with Massachusetts state agencies dealing with
construction rules and regulations and local and state permitting.
3. Design of modular buildings for similar use. 6. External envelope evaluation and suggested repairs based on structures similar to MCC’s buildings.
APPLICANTS PLEASE NOTE
A copy of the most current Application Form and Instructions - DSB Application Form (Updated July 2011) is included with this Notice, and is available for download at http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_11_7_5.pdf. Applications that are incomplete or submitted on a form other than DSB Application Form (Updated July 2011) may be rejected as non-compliant and not be considered by the Board. Applications received at the DSB Office after the advertised deadline will not be considered.