Volume 30, Issue 7, February 17, 2010

The Central Register

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

CENTRAL REGISTER Published weekly by William Francis Galvin, Secretary of the Commonwealth

Volume 30, Issue 7, February 17, 2010

DESIGNER SERVICES Request for Proposals 1

GENERAL CONTRACTS Invitation to Bid 9

CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 46

CONTRACT AWARDS 57

LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY Notice of Proposed Disposition of Real Property 64 Office of Lease Management 68 Groundwater Discharge Permit 70

LIST OF DEBARRED CONTRACTORS DCAM 71 Attorney General 72

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST 75

LIST OF DECERTIFIED CONTRACTORS DCAM 76

SOMWBA 79

DESIGNER SELECTION BOARD 81

DCAM SPECIAL NOTICE 119

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

CENTRAL REGISTER (THE) (ISSN-0678170) is published weekly for $225.00 per year by the Secretary of the Commonwealth, State Publications and Regulations Division. Second Class postage is paid at Boston, MA. POSTMASTER: Send address change to: The Central Register, State Bookstore, Room 116, State House, Boston, MA 02133.

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 SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 10-09 Arlington, Town of Designer's Fee: Negotiated 730 Ave. Arlington, MA 02476 Estimated Construction Cost: $2,500,000.00 Time Period for Completed Project: 3 - Years CONTACT INFORMATION: PHONE: 781-316-3010 FAX: 781-316-3019 Domenic R. Lanzillotti EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Architectural Design Services at Stratton Elementary School. SCOPE: Three-year phased renovation to include, but not limited to, roofing, masonry, windows, electrical, bathrooms, boilers, space reorganization, etc.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/3/10 @ 1:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 2/24/10 at 3:00 P.M. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 6940 Boston, City of Designer's Fee: Negotiated Public Facilities Department 26 Court St. 10th Floor Estimated Construction Cost: $293,659.00 Boston, MA 02108 Time Period for Completed Project: 156 - Weeks CONTACT INFORMATION: PHONE: 617-635-4809 FAX: 617-735-0555 Bid Counter EMAIL: CONTRACT INFORMATION:

PROJECT: Deer Park Maintenance Facility. SCOPE: Building envelope repairs, including masonry repointing, window and lintel replacement, roof repairs, bathroom renovation, plumbing and heating, ventilation and air-conditioning systems replacement and upgrading electrical system.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/4/10 @ 4:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Structural Engineer, Plumbing Engineer, Electrical Engineer, Building envelope Specialist, HVAC Engineer,Hazardous Materials Consultant, Fire Protection En

PROJECT PROGRAM AVAILABILITY: Bid Counter Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M and 1:00 P.M. - 4:00 P.M. BRIEFING SESSION: ADDITIONAL INFORMATION See RFQ for details.

1 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Cnt# Ds/bd 10-08 Brockton, City of Designer's Fee: Negotiated $60,000 (Maximum) Building Department 45 School St. Estimated Construction Cost: $725,000.00 Brockton, MA 02301 Time Period for Completed Project: 2 - Months CONTACT INFORMATION: PHONE: 508-580-7191 FAX: Michael Morris EMAIL: CONTRACT INFORMATION:

PROJECT: Boiler and Chiller Replacement, Building Waterproofing and Replacement Windows. SCOPE: The design team will be responsible for researching, evaluating and documenting the existing building layout in order to produce drawings and technical specifications that include upgrade and repair services-as needed- for proper design bid documents.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/17/10 @ 4:30 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/17/10 BRIEFING SESSION: 3/2/10 at 10:00 A.M. in the GAR Room, 45 School St., Brockton. ADDITIONAL INFORMATION Bid Packages are Available in Electronic Format for Download at www.ci.brockton.ma.us, following the links to Government, All Departments, Procurement Department, Procurement Postings.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Dartmouth, Town of Designer's Fee: 400 Slocum Rd. Dartmouth, MA 02747 Estimated Construction Cost: $67,795.00 Time Period for Completed Project: 3 - Months CONTACT INFORMATION: PHONE: 508-910-1836 FAX: 508-910-1839 David G. Cressman EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Replace the 80 ton condenser at Town Hall. Condenser currently has an inefficient energy design and problems with climate control. SCOPE: Design development, construction documents and designers services during construction.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/3/10 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

2 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Hopkinton, Town of Designer's Fee: Negotiated Public Library Board of Trustees Estimated Construction Cost: 13 Main St. Time Period for Completed Project: Hopkinton MA 01748

CONTACT INFORMATION: PHONE: 508-497-3400 FAX: Rownak Hussain EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: RFQ for Feasibility study for Hopkinton Public Library. SCOPE: Architectural and design services, including preparation of feasibility study and schematic plans for proposed library in accordance with the building program document, including engineering and site evaluation, cost estimates and work plan.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/3/10 @ 4:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/17/10 during library business hours BRIEFING SESSION: ADDITIONAL INFORMATION Designer selected to perform services may be eligible to continue to final design and construction administration, provided that funding is approved, and subject to an independent review process. Library Business Hours: Monday, 1:00 P.M. - 8:00 P.M.; Tuesday and Thursday, 10:00 A.M.- 5:00 P.M.; Wednesday and Friday, 10:00 A.M. - 8:00 P.M.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Rockport, Town of Designer's Fee: Public Schools 24 Jerden's Lane Estimated Construction Cost: $875,000 Rockport, MA 01966 Time Period for Completed Project: Approx. 6/17/10 - 8/27/10 CONTACT INFORMATION: PHONE: 978-546-1200 FAX: 978-546-1205 Dr. Susan King EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: The Town of Rockport, through its School Building Committee, is seeking the Services of a qualified Designer within the meaning of the MGL Ch. 7 to provide professional Designer Services for the roof replacement of the Rockport Elementary School Building located at 34 Jerden’s Lane, Rockport. Designer Services for Roof Replacement Project at Rockport Elementary School, 34 Jerden’s Lane, Rockport. SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/11/10 @ 4:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Designer

PROJECT PROGRAM AVAILABILITY: 2/17/10 BRIEFING SESSION: ADDITIONAL INFORMATION

3 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 04-10 Saugus, Town of Designer's Fee: Purchasing Department 298 Central St. Estimated Construction Cost: Saugus, MA 01906 Time Period for Completed Project: Indefinate quantity delivery CONTACT INFORMATION: PHONE: 781-231-4125 FAX: 781-231-5666 Michele Wendell EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Request for Qualifications to provide Environmental, Engineering Consulting Services for the closure of the Aggregate Saugus Quarry. SCOPE: Evaluating all plans, maps, reports, fill for the closure of Aggregate Saugus Quarry. Site visits to quarry, meetings with Aggregate Quarry Committee.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/18/10 @ 11:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION The Consultant must provide five years of past project experience in the development of quarry closure plans of similar magnitude in Massachusetts. The Consultant must provide company information, resumes of key individuals and hourly rates of key individuals and support staff.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 201 Southborough, Town of Designer's Fee: Negotiated Selectmen's Office 17 Common St. Estimated Construction Cost: $153,000.00 Southborough, MA 01772 Time Period for Completed Project: 5/15/10 - 10/30/10 CONTACT INFORMATION: PHONE: 508-485-8175 FAX: 508-485-7189 Phil Rinehart EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: The Southborough Historical Commission (SHC) on behalf of the Town of Southborough invites applications from appropriately qualified and experienced architects to assist in Phase 2 of the exterior rehabilitation of the South Union School Building (SUSB). This project is being funded by Community Preservation Act grants. Phase 2 is expected to complete the rehabilitation known as Phase 1, completed in October 2009. The Town of Southborough is the owner of record. Project management for Phase 2 will be the responsibility of Facilities Manager, Phil Rinehart, Town of Southborough. Please note that this municipal building is currently occupied by Town employees and volunteers who will remain in their offices during rehabilitation. SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/10/10 @ 1:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 2/25/10 at 10:00 A.M. at 21 Highlands St., Southborough. ADDITIONAL INFORMATION

4 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Stoughton, Town of Designer's Fee: Ten Pearl St. Stoughton, MA 02072 Estimated Construction Cost: Time Period for Completed Project:

CONTACT INFORMATION: PHONE: 781-341-1300 ext. 244 FAX: John Denison, Recreation Director EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Maintenance of West School Athletic Complex. SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/3/10 @ 3:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Landscape Company

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Wellesley, Town of Designer's Fee: Permanent Building Committee 525 Washington St. 3rd Floor Estimated Construction Cost: Wellesley, MA 02482 Time Period for Completed Project: 20 - Months, contingent on Town Meeting approval CONTACT INFORMATION: PHONE: 781-431-1019 ext. 2206 FAX: 781-239-1043 Kathy Mullaney EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Middle School classroom expansion. SCOPE: Interior renovation and possible modular installation.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/3/10 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/17/10 after 12:00 P.M. at the above agency address or by email request. BRIEFING SESSION: ADDITIONAL INFORMATION

5 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Weston, Town of Designer's Fee: Negotiated P.O. Box 378 11 Town House Rd. Estimated Construction Cost: $7,000,000 Weston, MA 02493 Time Period for Completed Project: September 2011 CONTACT INFORMATION: PHONE: 781-529-8087 FAX: 781-891-3697 Jerry McCarty, Facilities Director (for questions about work only) EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Designer Services for High School Science Laboratory Addition and Renovation. SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/9/10 @ 4:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/17/10 (email preferred), in person or by phone, Monday - Friday, 8:30 A.M. - 5:00 P.M. BRIEFING SESSION: 3/3/10 at 3:00 P.M. at Weston High School, 444 Wellesley St., Weston. ADDITIONAL INFORMATION To obtain an RFP, make an email request or call the Town Manager's Office at 781-893-7320 ext. 308.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: ModelSchool-III School Building Authority, Massachusetts Designer's Fee: Negotiated 40 Broad St. Suite 500 Boston, MA 02109 Estimated Construction Cost: Time Period for Completed Project:

CONTACT INFORMATION: PHONE: 617-720-4466 FAX: 617-720-5260 Holly McClanan EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: The Massachusetts School Building Authority (MSBA) is an independent public authority. The MSBA is seeking the services of one or more qualified Designers to provide professional design and construction administration services for Middle Schools to meet the requirements of a school district which has been issued an invitation to conduct a feasibility study by the MSBA's Board of Directors. SCOPE: MSBA seeks to select one or more "Model Schools" and pre-qualify its designer. School districts, working with the MSBA, would select a model school and its designer would adapt the design to a new site, required design enrollment and programmatic needs.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/29/10 @ 5:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/17/10 BRIEFING SESSION: ADDITIONAL INFORMATION

6 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: ModelSchool-IV School Building Authority, Massachusetts Designer's Fee: Negotiated 40 Broad St. Suite 500 Boston, MA 02109 Estimated Construction Cost: Time Period for Completed Project:

CONTACT INFORMATION: PHONE: 617-720-4466 FAX: 617-720-5260 Holly McClanan EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: The Massachusetts School Building Authority (MSBA) is an independent public authority. The MSBA is seeking the services of one or more qualified Designers to provide professional design and construction administration services for Elementary Schools to meet the requirements of a school district which has been issued an invitation to conduct a feasibility study by the MSBA's Board of Directors. SCOPE: MSBA seeks to select one or more "Model Schools" and pre-qualify its designer. School districts, working with the MSBA, would select a Model School and its designer would adapt the design to a new site, required design enrollment and programmatic needs.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/29/10 @ 5:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/17/10 BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: The Holyoke Public Library Corp. Designer's Fee: Negotiated 335 Maple St. Holyoke, MA 01040 Estimated Construction Cost: $10 Million - $15 Million Time Period for Completed Project: 5/15/10 CONTACT INFORMATION: PHONE: 617-614-9345 FAX: Tim Singleton EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: Renovations and new addition to the existing Holyoke Public Library. SCOPE: The initial contract will include programming and schematic design for submission to the Massachusetts Board of Library Commissioners.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/10/10 @ 10:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: Two building tours will be scheduled. See RFP for confirmed dates and times. ADDITIONAL INFORMATION

7 CENTRAL REGISTER - DESIGNER SERVICES CR-1 Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 7206 Water Resources Authority, Massachusetts (MWRA) Designer's Fee: Charlestown Navy Yard 100 First Ave. Building 39 Estimated Construction Cost: Boston, MA 02129 Time Period for Completed Project:

CONTACT INFORMATION: PHONE: 617-242-6000 FAX: 617-788-4896 Margery Johnson EMAIL: [email protected] CONTRACT INFORMATION:

PROJECT: RFQ/P Remote Headworks Upgrades Design and Construction Administration Services. SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 3/26/10 @ 11:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 2/16/10 at www.comm-pass.com. BRIEFING SESSION: ADDITIONAL INFORMATION

8 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10-02-01 Amherst, Town of Housing Authority ESTIMATED COST: $42,000 33 Kellogg Ave. CONTRACTOR QUALIFICATION: Amherst, MA 01002 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Window Replacement at 34-36 Sunrise Ave., Amherst. CONTACT INFORMATION PHONE: 413-596-2360 FAX: 413-596-2360 Roy S. Brown Architects EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Roy S. Brown Architects, 85 Chilson Rd., Wilbraham, MA 01095, 2/17/10 at 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Briefing: 2/24/10 at 11:00 A.M. at 34-36 Sunrise Ave., Amherst. Plan deposit is $75, payable to Amherst Housing Authority. Plan mailing is $25, payable to Roy Brown. Plans and Specs mailed by USPS only.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 08-AJA06 Andover, Town of Housing Authority ESTIMATED COST: $250,000 100 Morton St. CONTRACTOR QUALIFICATION: DCAM Certificate Andover, MA 01810 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Handicapped Accessibility at Memorial Circle Family Housing, 200-2. CONTACT INFORMATION PHONE: 781-935-2500 FAX: 781-935-2519 Arnold Jacobson Associates EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Joseph Merritt & Co., 17C Everberg Rd., Woburn, MA 01801, 978-531-3999, www.merrittgraphics.com, (place, date and time) 2/17/10. CONTRACT INFORMATION: SUB BID DEADLINE: 3/3/10 @ 2:00 P.M. GENERAL BID DEADLINE: 3/18/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Section 16000 Electrical ADDITIONAL INFORMATION Pre-Bid Conference: 2/24/10 at 10:00 A.M. at the above agency address. Immediately following the conference, the job site and existing building will be available for inspection. It is strongly recommended that prospective bidders attend.

9 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Attleboro, City of Office of Community Development ESTIMATED COST: $80,000 77 Park St. CONTRACTOR QUALIFICATION: Attleboro, MA 02703 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Remove all existing layers of roofing materials and installation of fiberglass shingles at the Richardson School, 95 Pine St., Attleboro. CONTACT INFORMATION PHONE: 508-223-2222 ext. 3324 FAX: 774-203-1891 Joseph M. Maia EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Richardson School, 95 Pine St., Attleboro, MA. 02703, 2/17/10 at 9:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/10 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION In order to be considered, General Contractors must: Be Pre-qualified; Contact CD Office indicating that they will be present at the walk-through; Participate in the mandatory walk-through.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Auburn, Town of Fire Department ESTIMATED COST: 102 Central St. CONTRACTOR QUALIFICATION: Auburn, MA 01501 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Auburn is seeking sealed bids for the purchase and installation of HVAC equipment at Fire Department Headquarters, 47 Auburn St., Auburn. CONTACT INFORMATION PHONE: 508-832-7800 FAX: 508-832-3363 Chief William Whynot EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Office of the Acting Town Manager, 102 Central St., Auburn, MA 01501 until 3/4/10 at 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/5/10 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids must be returned to the Office of the Acting Town Manager by the deadline. The Acting Town Manager will award the bid within 30 days of the bid opening. The Town reserves the right to reject any and all bids.

10 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 030052 Beverly, City of Housing Authority ESTIMATED COST: $950,000.00 17 Courtney Drive CONTRACTOR QUALIFICATION: DCAM Certificate Beverly, MA 01915 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: New elevator addition and entry vestibule and remodeling an existing elevator. CONTACT INFORMATION PHONE: 978-921-2425 FAX: 978-921-2440 Susan L. Carleton EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 2/10/10 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/3/10 @ 11:00 A.M. GENERAL BID DEADLINE: 3/17/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: Section 04810 - Unit Masonry Assemblies, Section 14001 - Elevator, Section 15500 - HVAC, Section 16000 - Electrical ADDITIONAL INFORMATION The site and building will be available for inspection on 2/19/10, 10:00 A.M. and 11:00 A.M. For an appointment call Susan Carleton at 978-921-2425.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10-0105 Billerica, Town of Public Schools ESTIMATED COST: $95,000 365 Boston Rd. CONTRACTOR QUALIFICATION: Billerica, MA 01821 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fire Alarm Replacement at the Hajjar Elementary School. CONTACT INFORMATION PHONE: 978-486-4301 ext. 5 FAX: 978-428-0067 John Pierga EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/10 after 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid Tour: 2/26/10 at 3:30 P.M. at the Hajjar Elementary School, 59 Rogers St., Billerica. Any request for interpretation of plans and specifications should be submitted in writing at the same time. Although not mandatory, this will be the only opportunity for interested contractors to observe existing building conditions. Documents are available at no cost. If Bidder wishes documents mailed, there is a non-refundable P&H charge of $25.00, payable to BLW Engineers.

11 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Boston, City of Public Works Department ESTIMATED COST: Contract Office CONTRACTOR QUALIFICATION: Department of One City Hall Square Room 715 Highway Boston, MA 02201 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Capital Improvement Project #10-21 for Pedestrian Ramp Construction and Reconstruction for ADA/AAB Compliance at Various Locations. CONTACT INFORMATION PHONE: 617-635-4913 FAX: 617-635-2403 Marie Munoz EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/16/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/4/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Plan deposit is $25.00 (non-refundable).

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 04-019C Boston, City of Housing Authority ESTIMATED COST: $1,250,000. 52 Chauncy St. 6th Floor CONTRACTOR QUALIFICATION: DCAM Certificate Boston, MA 02111 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Stairway and Hall Improvements at Fanueil Development. CONTACT INFORMATION PHONE: 617-782-9131 FAX: Franco Garofalo EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/16/10 @ 11:00 A.M. GENERAL BID DEADLINE: 3/30/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: Miscellaneous Metals, Tile, Painting, Electrical ADDITIONAL INFORMATION Site visit: 2/23/10 at 10:00 A.M. at the Faneuil Development Management Office, 35 Fidelis Way, Brighton. Bid documents will be available for a refundable deposit of $50.00 in the form of checks only. Bid documents will be mailed upon request.

12 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: BHA 09P-079R Boston, City of Housing Authority ESTIMATED COST: $21,000 52 Chauncy St. CONTRACTOR QUALIFICATION: Boston, MA 02111 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Boston Housing Authority is seeking quotes from qualified flooring companies to install carpet tiles at the BHA’s St. Botolph development. CONTACT INFORMATION PHONE: 617-988-4041 FAX: 617-988-4292 Procurement Dept EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.comm-pass.com, 2/9/10 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 2/16/10 at 2:00 P.M. at the Inspections Office, 70 Saint Botolph St., Boston. There is no charge for the specifications and bidding documents, which may be downloaded at www.comm-pass.com or will be emailed on request.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: NS-050-10 Boston, City of Public Health Commission ESTIMATED COST: $450,000.00 Property Management CONTRACTOR QUALIFICATION: DCAM Certificate Long Island Campus P.O. Box 220648 (required for building contracts over $100,000 and 1 Moon Island Rd highway contracts over $50,000) Boston, MA 02122 PROJECT: Renovations of approximately 7000 square feet to the fifth floor of the Miranda Creamer building, located at 35 Northampton St., Boston. CONTACT INFORMATION PHONE: 617-534-2716 FAX: 617-534-2502 Belkis L. Roman EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/3/10 @ 1:00 P.M. GENERAL BID DEADLINE: 3/17/10 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Electrical & HVAC ADDITIONAL INFORMATION Mandatory Site Visit: 2/25/10 at 10:00 A.M. at the main entrance at 35 Northampton St., Boston.

13 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Boston, City of Public Schools ESTIMATED COST: $800,000.00 Department of Planning and Engineering CONTRACTOR QUALIFICATION: DCAM Certificate 26 Court St. 2nd Floor Boston, MA 02108 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Swimming Pool and Locker Room Renovations at the Umana Middle School, 312 Border St., East Boston. This project requires a DCAM Certificate in General Building Construction. CONTACT INFORMATION PHONE: 617-635-9122 FAX: 617-635-9252 Diane Daly EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/25/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/11/10 @ 12:00 P.M. GENERAL BID DEADLINE: 3/18/10 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Plumbing, H.V.A.C., Electric ADDITIONAL INFORMATION This contract requires a $75.00 deposit.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: W10-1 Braintree, Town of Department of Public Works ESTIMATED COST: $700,000 90 Pond St. CONTRACTOR QUALIFICATION: DCAM Certificate Braintree, MA 02184 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Water Treatment Plant Improvements: New Flocculators With Vds; New Baffle Walls; New Piping, Valves and Flow Meters; Chemical System Upgrades; Related Electrical and Structural Upgrades. CONTACT INFORMATION PHONE: 617-657-0256 FAX: 617-657-0201 John Walsh, P.E. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Environmental Partners Group, 1900 Crown Colony Drive Suite 402, Quincy, MA 02169, Attn.: Debbie (place, date and time) Nestel, 8:30 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: 3/4/10 @ 10:00 A.M. GENERAL BID DEADLINE: 3/18/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: Electrical ADDITIONAL INFORMATION Pre-bid Meeting: 2/25/10 at 10:00 A.M. at the Great Pond Water Treatment Plant, 300 King Hill Rd., Braintree.

14 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 03171001 Braintree, Town of Electric Light Department (BELD) ESTIMATED COST: $1,750,000 150 Potter Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Braintree, MA 02184 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Construction of a new pre-engineered warehouse building inclusive of a mezzanine and bridge crane. Construction period will be 4/15/10 - 10/15/10. CONTACT INFORMATION PHONE: 781-348-1118 FAX: 781-348-1005 Charles Coyne, Project Manager EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/22/10, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/17/10 @ 2:00 P.M. GENERAL BID DEADLINE: 3/31/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Misc. & Ornamental Iron; Waterproofing, Damproofing & Caulking; HVAC; Plumbing; Electrical ADDITIONAL INFORMATION Contractor must have active DCAM certification.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 667-3 Belair High Rise Brockton, City of Housing Authority ESTIMATED COST: $250,000 - $500,000+alternate 45 Goddard Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Brockton, MA 02301 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Under the American Recovery and Reinvestment Act of 2009, the project consists of concrete repairs to the exterior balconies and exterior of the 269 unit high rise building. CONTACT INFORMATION PHONE: 508-588-6880 FAX: 508-580-6261 Frank L. Hinds/Nancy Macedo EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/4/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION The job site and existing building will be available for inspection on 2/22/10 at 10:00 A.M. in the Common Room at the rear of the building at 105 Belair St., Brockton. This project will strictly adhere to and enforce the "Buy America" requirement under Section 1605 of the American Recovery and Reinvestment Act of 2009. Bids are subject to minimum wage rates as required by General Wage Decision No. MA20080012, Modification 31. Contract documents may be obtained upon deposit of a certified or cashier's check in the amount of $75.00 per set, payable to the Brockton Housing Authority. Bidders requesting Contract Documents to be mailed must include a separate check in the amount of $30.00 (non-refundable), payable to the Brockton Housing Authority, to cover mail and handling costs.

15 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 200-1 Roosevelt Heights Brockton, City of Housing Authority ESTIMATED COST: $250,000 45 Goddard Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Brockton, MA 02301 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Under the American Recovery and Reinvestment Act of 2009, the project consists of handicap modifications involving six units of housing. CONTACT INFORMATION PHONE: 508-588-6880 FAX: 508-580-6261 Frank L. Hinds/Nancy Macedo EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/22/10 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/8/10 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION The job site and existing buildings will be available for inspection on 2/24/10 at 10:00 A.M. at the Maintenance Building, 164 Arthur Paquin Way, Brockton. Contract documents may be obtained at the Brockton Housing Authority office upon deposit of a certified or cashier's check in the amount of $75.00 per set, payable to the Brockton Housing Authority. Bidders requesting contract documents to be mailed to them must include a separate check in the amount of $30.00 (non-refundable), payable to the Brockton Housing Authority, to cover mail and handling costs. Bids are subject to minimum wage rates as required by General Wage Decision No. MA20080004, Modification 44. This project will strictly adhere to and enforce the "Buy America" requirement under section 1605 of the American Recovery and Reinvestment Act of 2009.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Cambridge, City of Purchasing Department ESTIMATED COST: $150,000.00 795 Massachusetts Ave. CONTRACTOR QUALIFICATION: Cambridge, MA 02139 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Tree Planting. CONTACT INFORMATION PHONE: 617-349-4310 FAX: 617-349-4008 Cynthia H. Griffin EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/18/10. Office Hours: Monday, 8:30 A.M. - 8:00 P.M.; Tuesday - Thursday, (place, date and time) 8:30 A.M. - 5:00 P.M.; Friday, 8:30 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION The specifications are available for download from the City's web page at www.cambridgema.gov, following the links to Online Services, Purchasing, Current Bid List, Construction.

16 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Cambridge, City of Housing Authority ESTIMATED COST: $43,000 Planning and Development Department CONTRACTOR QUALIFICATION: 675 Massachusetts Ave. 2nd Floor Cambridge, MA 02139 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Lead Based Paint Abatement at Nine Units and Window Installation at Two Units in Cambridge. CONTACT INFORMATION PHONE: 617-520-6268 FAX: 617-547-9821 Nancy Tierney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Site visit: 2/23/10 at 10:00 A.M. at 15 Inman St., Cambridge.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10-164 Chicopee, City of Housing Authority ESTIMATED COST: $75,000 128 Meetinghouse Rd. CONTRACTOR QUALIFICATION: Chicopee, MA 01013 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Painting of common area and office space at the Memorial Apartments in Chicopee. CONTACT INFORMATION PHONE: 413-594-3605 FAX: 413-594-2687 Robert Kachinski EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 6 Stonina Drive, Chicopee MA 01013, 2/17/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Site walk: 2/24/10 at 10:00 A.M. at 1326 Memorial Drive, Chicopee.

17 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Request for Proposal #238 Concord, Town of Concord Municipal Light Plant ESTIMATED COST: 1175 Elm Street CONTRACTOR QUALIFICATION: P.O. Box 1029 Concord, MA 01742 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Installation and maintenance of a solar photovoltaic energy system to be placed on the rooftop of the Willard Elementary School, Concord, MA. CONTACT INFORMATION PHONE: 978-318-3151 FAX: 978-318-3105 Jan Aceti, Energy Conservation Coordinator EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Available 2/10/10 (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Conway, Town of P.O. Box 240 ESTIMATED COST: $1.3 Million 32 Main St. CONTRACTOR QUALIFICATION: Conway, MA 01341 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Building Envelope Improvements at the Conway Grammar School in Conway. This project includes: The removal and replacement of the following: shingle and metal roofs; fascia, soffit and trim boards; ridge and soffit vents; insulation system in the attic; draft stop partitions in the attic; all hung and gypsum ceilings and ceiling mounted light fixtures; exterior hollow metal doors and frames. New work also includes new roof insulation in two areas and new gutters and downspouts. CONTACT INFORMATION PHONE: 508-544-2708 FAX: Gwen Erskine, AIA, LEED AP EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 2/16/10 (place, date and time) Online at www.biddocsonline.com. and Nasoba Blue, 433 Main Street, Hudson, MA CONTRACT INFORMATION: SUB BID DEADLINE: 3/10/10 @ 2:00 P.M. GENERAL BID DEADLINE: 3/17/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Roofing & Flashing, Electrical, Acoustic Ceiling Tile, Mechanical ADDITIONAL INFORMATION Pre-bid walk-through: 2/19/10 at 11:00 A.M. Construction Start date is 6/1/10, Substantial Completion date is 8/17/10, Final Completion is 8/26/10, First day of school is 8/30/10. Bids due at the above agency address, c/o Select Board.

18 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10-01 Duxbury, Town of 878 Tremont St. **CANCELLED** ESTIMATED COST: $25,000 Duxbury, MA 02332 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Remove and Replace balance tank with plumbing at Percy Walker Pool. CONTACT INFORMATION PHONE: 781-934-7034 FAX: 781-934-1110 Gordon H. Cushing, Recreation Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Recreation Department, 22 Washington St., Duxbury, MA 02332, 2/10/10 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 2/26/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: YH3709-F Fall River, City of Housing Authority **CANCELLED** ESTIMATED COST: $95,000 85 Morgan St. CONTRACTOR QUALIFICATION: DCAM Certificate Fall River, MA 02721 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: ARRA Federalization Improvements at Chor Bishop Joseph Eid Apartments. Contractor Category: General Building Construction. CONTACT INFORMATION PHONE: 617-241-2807 FAX: 617-241-2857 Heather DeLorey EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Knight, Bagge & Anderson, Inc., 6 Thirteenth St., Charlestown, MA 02129, 2/11/10 after 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 2/24/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/18/10 at 12:00 P.M. at Chor Bishop Joseph Eid Apartments, 33 Quequechan St., Fall River. There is a refundable plan deposit of $25.00, payable to the Fall River Housing Authority. Plans and specs may be mailed upon receipt of a non-refundable mailing fee of $25.00, payable to K.B.A. Architects.

19 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Gardner, City of 115 Pleasant St. Room 202 ESTIMATED COST: $300,000 Gardner, MA 01440 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Selective Hazardous Materials Abatement and Demolition. CONTACT INFORMATION PHONE: 978-632-3800 FAX: 978-632-1905 Jennifer Dymek EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.gardner-ma.gov, 2/17/10. Office Hours: Monday - Thursday, (place, date and time) 8:00 A.M. - 4:00 P.M.; Friday, 8:00 A.M. - 11:30 A.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/24/10 at 10:00 A.M. at the site. Refundable Plan fee is $50. Non-refundable Mailing fee is $30. Plans and specs available online at www.gardner-ma.gov at no charge.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Hingham, Town of Historical Commission ESTIMATED COST: $130,000 210 Central St. CONTRACTOR QUALIFICATION: Hingham, MA 02043 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Hingham Historical Commission is seeking bids for the manufacturing and installation of 326 lineal feet of Phase 1 iron fence, including the demolition of existing chain link fence and appurtenant work. CONTACT INFORMATION PHONE: 617-689-1010 FAX: 617-689-3010 Paul Costello EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 2/18/10 at Polaris Consultants, 1495 Hancock St. Suite 206, Quincy, MA 02169 by Contacting Paul (place, date and time) Costello. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION A $50 non-refundable deposit is required for bid documents.

20 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Lancaster, Town of 695 Main St. Suite 1 ESTIMATED COST: $610,000 Lancaster, MA 01523 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Proposal for Construction of the Duval Road Pumping Station and Force Main: 2,600 foot four-inch force main, duplex suction-lift wastewater pumping station, wetlands protection and restoration, traffic management, pavement restoration, pipe jacking at railroad crossing. CONTACT INFORMATION PHONE: 781-221-1220 FAX: 781-221-1086 Robert H. Letourneau, P.E. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Fay, Spofford & Thorndike, LLC, 5 Burlington Woods, Burlington, MA 01803, 2/18/10, 9:00 A.M. - 3:30 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 2/24/10 at 2:00 P.M. in the Town Hall Auditorium, 695 Main St., Lancaster.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Lawrence, City of **CANCELLED** Community Development Department ESTIMATED COST: $150,000.00 147 Haverhill St. CONTRACTOR QUALIFICATION: DCAM Certificate Lawrence, MA 01840 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Description of Activities: Interior renovations and construction to code of existing second floor open space at Lawrence Senior Center, located at 155 Haverhill St. Electric wiring, plumbing, dry wall, carpentry, labor. CONTACT INFORMATION PHONE: 978-620-3517 FAX: Frank O'Connor, Jr. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/10/10 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 2/25/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 2/10/10 at 10:00 A.M. This is a prevailing wage rate job, subject to all Davis Bacon, federal & state laws. OHSA certified & bonds required. Plans & specs will be available for $25.00. Additional $15.00 cost for mailing of plans and specs.

21 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Lawrence, City of Office of the Purchasing Agent ESTIMATED COST: $25,000.00 200 Common St. Room 6 CONTRACTOR QUALIFICATION: Lawrence, MA 01840 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Provide and install two ceiling mounted ductless air conditioning units. CONTACT INFORMATION PHONE: 978-620-3240 FAX: 978-722-9300 Rita V. Brousseau EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.cityoflawrence.com, 2/17/10 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION This project is subject to Prevailing Wage Rates and OSHA Certification.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 667-2A Lowell, City of Housing Authority ESTIMATED COST: $15,000 - $20,000 P.O. Box 60 CONTRACTOR QUALIFICATION: 350 Moody St. Lowell, MA 01853-0060 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Provide labor and materials to install one new Turbomax domestic hot water storage tank at Father Morrissette Manor. CONTACT INFORMATION PHONE: 978-364-5333 FAX: 978-275-8166 Rene Chateauneuf EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or by contacting Brenda at 978-364-5304, 2/17/10. Office Hours: Monday - (place, date and time) Friday, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-proposal site visit: 2/24/10 at 10:00 A.M. at 111 Hildreth St., Lowell. Any questions related to the scope of work should be addressed to Rene Chateauneuf at 978-364-5333 or [email protected]. This is not a sealed bid process. The Lowell Housing Authority is requesting written quotes only.

22 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Mashpee, Town of Board of Selectmen ESTIMATED COST: $60,000 16 Great Neck Rd. North CONTRACTOR QUALIFICATION: Mashpee, MA 02649 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Mashpee seeks Qualification Proposals from qualified firms to provide a Capital Needs Assessment for seven Town owned facilities and Repair Specifications for bidding purposes. CONTACT INFORMATION PHONE: 508-539-1400 FAX: 508-539-1403 Joyce M. Mason EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, by email request to [email protected] or by phone to 508-539-1400, ext. (place, date and time) 510, 2/16/10. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Non-Mandatory information session: 2/24/10 at 2:00 P.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 176036 Medford, City of Housing Authority ESTIMATED COST: $800,000.00 121 Riverside Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Medford, MA 02155 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Boiler replacement at LaPrise Village. CONTACT INFORMATION PHONE: 508-884-5094 FAX: 508-884-5099 Marty Vickey EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Contact: Harry Nelson, 781-396-7200, 2/17/10 after 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/4/10 @ 11:00 A.M. GENERAL BID DEADLINE: 3/11/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: Plumbing ADDITIONAL INFORMATION Pre-Bid walk-through: 2/23/10 at 10:00 A.M. at the site.

23 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Middleborough, Town of Gas and Electric Department ESTIMATED COST: $25,000 32 South Main St. CONTRACTOR QUALIFICATION: Middleborough, MA 02346 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replacement of shutters on the MG and E Administrative building at 32 South Main St., a registered historic home. CONTACT INFORMATION PHONE: 508-947-1371 ext. 114 FAX: 508-946-3706 Sandra A. Richter EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/22/10. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/18/10 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Bidder must visit the site during business hours to review the existing shutters, conditions and specifications before submitting bids.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2010-7 Nantucket, Town of Project Manager’s Office ESTIMATED COST: $85,000 16 Broad St. CONTRACTOR QUALIFICATION: Nantucket, MA 02554 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Nantucket, through its Town Administration, invites qualified bidders to submit bids to replace the roof (steel corrugated sheet over a steel I beam frame) at the 188 Madaket Rd. Garage, Nantucket. CONTACT INFORMATION PHONE: 508-228-7256 FAX: 508-228-7272 Diane A. O'Neil EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.nantucket-ma.gov at the "Procurement" link. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/5/10 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be accepted at the above agency address until the deadline and be publicly opened forthwith. This Invitation for Bids is made in accordance MGL Ch. 149.

24 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2010-11 Nantucket, Town of Town Administration ESTIMATED COST: $50,000 16 Broad St. CONTRACTOR QUALIFICATION: Nantucket, MA 02554 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bids for the supply and installation of a Security and Access Control system for the Public Safety Facility at 4 Fairgrounds Rd., Nantucket. CONTACT INFORMATION PHONE: 508-228-1212 FAX: Charles Gibson EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online www.nantucket-ma.gov at the "Procurement" link. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/5/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be accepted at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Nantucket, Town of Airport Commission ESTIMATED COST: $125,000 Nantucket Memorial Airport CONTRACTOR QUALIFICATION: 14 Airport Rd. Nantucket, MA 02554 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Site Improvements for Auto Fare Collection System. CONTACT INFORMATION PHONE: 617-242-9222 FAX: 617-242-9824 Stephen J. Flecchia EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Jacobs, 343 Congress St. 2nd Floor, Boston, MA 02210, Attn.: Stephen Flecchia, 617-242-9222, (place, date and time) 2/17/10. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION The Instruction to Bidders, Bid Proposal, Contract Documents and Specifications may be examined at the Office of the Airport Manager at the above agency address, Attn: Al Peterson, 508-325-5300.

25 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10PFC-600BXA Needham, Town of Permanent Public Building Committee ESTIMATED COST: $21,900,000.00 470 Dedham Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Needham, MA 02492 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Needham is advertising its first phase of selection for Construction Management at Risk Services for Newman Elementary School Repair Project in Needham. The project consists of, but is not limited to, new HVAC system, roofing system, fire protection system, renovation, repairs and upgrades to interior portions of the building. CONTACT INFORMATION PHONE: 781-389-0981 FAX: 781-449-9023 Marvin Blaylock EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 2/17/10 on the Town of Needham's website at www.needhamma.gov. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Firms submitting the Request for Qualifications Interest Form A should have prior Construction Management experience related to the size and scope and experience relating to repair and renovations of occupied buildings.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 126 New Bedford, City of Purchasing Department ESTIMATED COST: $6,000,000 133 William St. Room 208 CONTRACTOR QUALIFICATION: Department of New Bedford, MA 02740 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The City of New Bedford, through its Department of Public Infrastructure, in conjunction with the Purchasing Department, acting as the Awarding Authority, is soliciting bids for: Class I Bituminous Concrete Pavement Type I-1; Class I Dense Bituminous Concrete Type S.T.; Class I Bituminous Concrete Binder Course; Concrete Sidewalk Reconstruction; Other Related Work. CONTACT INFORMATION PHONE: 508-979-1433 FAX: 508-991-6148 Jennifer Ventura EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/10 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

26 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: North Adams, City of ***REVISED*** Office of Community Development ESTIMATED COST: $336,490.00 10 Main St. Room 221 CONTRACTOR QUALIFICATION: DCAM Certificate North Adams, MA 01247 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: New Elevator at Entry Vestibule at the North Adams Armory Building, North Adams. CONTACT INFORMATION PHONE: 413-786-9600 FAX: 413-786-8699 Craig Spice EMAIL: [email protected];; cspice@reinhardtass PLANS/SPECIFICATIONS AVAILABLE Reinhardt Associates, Inc., 430 Main St., Agawam, MA 01001, 2/10/10 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/3/10 @ 12:00 P.M.*** GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Unit Masonry; Hydraulic Elevator*** ADDITIONAL INFORMATION Pre-Bid conference: 2/22/10 at 10:00 A.M.*** at the Armory Building, 206 Ashland St., North Adams. Bid documents available upon deposit of $100.00 (Refundable) in the form of a check, payable to the City of North Adams. Bidders wishing sets to be mailed must include a separate $20.00 (non-refundable) check, payable to Reinhardt Associates, Inc. to cover mailing and handling costs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Ashland Park North Adams, City of Housing Authority ESTIMATED COST: $400.000.00 P.O. Box 666 CONTRACTOR QUALIFICATION: DCAM Certificate 150 Ashland St. North Adams, MA 01247-0666 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal and replacement of 196 window units at the Ashland Park Apartments including all associated interior and exterior finishes. CONTACT INFORMATION PHONE: 413-663-5379 FAX: 413-664-7223 Jennifer Hohn EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Repro Systems, Inc., 20 Yorkshire Ave., Pittsfield, MA 01201, 413-447-8286. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory briefing session: 2/23/10 at 10:00 A.M. at the Ashland Park Office, 150 Ashland St., North Adams.

27 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Spring Park North Adams, City of Housing Authority ESTIMATED COST: $260,000.00 P.O. Box 666 CONTRACTOR QUALIFICATION: DCAM Certificate 150 Ashland St. North Adams, MA 01247-0666 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal and replacement of 120 window units at the Spring Park Apartments, including all associated interior and exterior finishes. CONTACT INFORMATION PHONE: 413-663-5379 FAX: 413-664-7223 Jennifer Hohn EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Repro Systems, Inc., 20 Yorkshire Ave., Pittsfield, MA 01201, 413-447-8286. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory briefing session: 2/23/10 at 10:00 A.M. at the Ashland Park Office, 150 Ashland St., North Adams.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Contract 09-1 North Andover, Town of Division of Public Works ESTIMATED COST: $300,000 384 Osgood St. CONTRACTOR QUALIFICATION: North Andover, MA 01845 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Brook Street and Old Clark Street Water Main Improvements. The scope of work includes installation of approximately 900 linear feet of eight-inch cement-lined, ductile iron water main, associated services and appurtenances; 1,600 linear feet of polyethylene pressure pipe water main and appurtenances installed utilizing pipe bursting methodology. CONTACT INFORMATION PHONE: 978-532-1900 FAX: 978-573-4110 Sally Smith EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Weston & Sampson Engineers, Inc., 5 Centennial Drive, Peabody, MA 01960, 2/17/10, 9:00 A.M. - (place, date and time) 12:00 P.M. and 1:00 P.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/16/10 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION $50.00 refundable deposit, $25.00 non-refundable mailing fee. Checks to be made payable to Weston & Sampson Engineers, Inc.

28 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Norton, Town of Water Department Office ESTIMATED COST: 70 East Main St. CONTRACTOR QUALIFICATION: DCAM Certificate Norton, MA 02766 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Modular Office Building Construction. Category of Work: Modular Construction/Prefabrication. The scope of work includes design, fabrication, site assembly, installation and all services required to complete and deliver ready for use one single story, 36'x60' minimum size modular office building. CONTACT INFORMATION PHONE: 978-532-1900 FAX: 978-573-4110 Sally Smith EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Weston & Sampson Engineers, Inc., 5 Centennial Drive, Peabody, MA 01960, 2/17/10, 9:00 A.M. - (place, date and time) 12:00 P.M. and 1:00 P.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/22/10 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION $15.00 refundable deposit, $15.00 non-refundable mailing fee. Checks to be made payable to Weston & Sampson.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: NRD-10-02 Norwood, Town of Purchasing Department ESTIMATED COST: $25,000 566 Washington St. 3rd Floor CONTRACTOR QUALIFICATION: Norwood, MA 02062 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal and replacement of existing cooling tower at Norwood Civic Center, 165 Nahatan St., Norwood. CONTACT INFORMATION PHONE: 781-762-1240 FAX: 781-278-3015 Catherine A. Carney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 8:15 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/5/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/25/10 at 11:00 A.M. in the Willett Room at the Norwood Civic Center, 165 Nahatan St. 2nd Floor, Norwood. A planholders' list can be obtained on the Town's website at www.norwoodma.gov.

29 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: MA06PO5902FA Plymouth, Town of Housing Authority ESTIMATED COST: $50,000.00 69 Allerton St. CONTRACTOR QUALIFICATION: Plymouth, MA 02360 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fire Alarm System Upgrade, Northfield Senior Housing. CONTACT INFORMATION PHONE: 508-747-2553 FAX: 508-747-2553 Paul F Blanchard EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/11/10. Office Hours: Monday, Tuesday, Thursday and Friday, 9:00 A.M. - (place, date and time) 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Non-mandatory Pre-bid Meeting: 3/4/10 at 9:00 A.M. at the site. Certified $25 Plan deposit per set to Plymouth Housing Authority. Mailing fee is $15 in the form of a separate check.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Quincy, City of Housing Authority ESTIMATED COST: $120,000 Office of the Modernization Department CONTRACTOR QUALIFICATION: DCAM Certificate 15 Bicknell St. Quincy, MA 02169 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: O'Brien Towers Front Entry Modifications (ARRA). Contractor Qualification: General Building Construction. CONTACT INFORMATION PHONE: 617-241-2807 FAX: 617-241-2857 Heather DeLorey EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 after 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/4/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/25/10 at 10:00 A.M., at the Quincy Housing Authority, O’Brien Towers, 73 Bicknell St., Quincy. There is a refundable Bid Document Deposit of $25.00, payable to the Quincy Housing Authority. This deposit will be refunded upon return of the plans and specifications. There is a non-refundable $25.00 mailing fee, payable to the Quincy Housing Authority.

30 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Quincy, City of Housing Authority ESTIMATED COST: $200,000 Office of the Modernization Department CONTRACTOR QUALIFICATION: 15 Bicknell St. Quincy, MA 02169 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Riverview Apartments Paving Repairs (ARRA). CONTACT INFORMATION PHONE: 617-241-2807 FAX: 617-241-2857 Heather DeLorey EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/09 after 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/4/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/25/10 at 11:00 A.M. at the above agency address. There is a refundable Bid Document Deposit of $25.00, payable to the Quincy Housing Authority. This deposit will be refunded upon return of the plans and specifications. There is a non-refundable $25.00 mailing fee, payable to the Quincy Housing Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: IFB 10-49 Somerville, City of Purchasing Department ESTIMATED COST: $64,000.00 93 Highland Ave. CONTRACTOR QUALIFICATION: Somerville, MA 02143 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Winter Hill Community School Stair Penthouse Roof Replacement. CONTACT INFORMATION PHONE: 617-625-6600 ext. 3407 FAX: 617-625-1344 Orazio P. DeLuca EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email request to [email protected], 2/17/10 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION 5% bid deposit required. Prevailing Wage Rates Apply.

31 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 0909 Somerville, City of Housing Authority ESTIMATED COST: $107,000 Modernization Office CONTRACTOR QUALIFICATION: DCAM Certificate 30 Memorial Rd. Somerville, MA 02145 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roof Replacement, (667-6) Ciampa Manor. CONTACT INFORMATION PHONE: 617-625-1152 FAX: Mr George Silvi EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 after 9:00 A.M. Office Hours: Monday - Thursday, 9:00 A.M. - 4:00 (place, date and time) P.M.; Friday, 9:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/4/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/24/10 at 2:00 P.M. at Ciampa Manor, 27 College Ave., Somerville, at which time access to the roof will be made available to prospective bidders.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: IFB #10-22CD Somerville, City of Purchasing Department ESTIMATED COST: $519,000.00 93 Highland Ave. CONTRACTOR QUALIFICATION: Somerville, MA 02143 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Zero New Washington Street Community Park and Off-Leash Recreation Area Site Improvements. CONTACT INFORMATION PHONE: 617-625-6600 ext. 3412 FAX: 617-625-1344 Karen Mancini EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/19/10 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 3/3/10 at 11:00 A.M. at Somerville City Hall. $50.00 fee for each set of bid documents. 5% bid deposit required. Davis Bacon Wage Rates apply. Email Karen Mancini at [email protected] for information and bid packages.

32 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 198 Southborough, Town of Selectmen’s Office ESTIMATED COST: $24,000.00 17 Common St. CONTRACTOR QUALIFICATION: Southborough, MA 01772 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Southborough is requesting bids for purchase and installation of three 2-1/2 ton AC Units in the Main Hall at Cordaville Hall. All work most be performed in accordance with bid documents. CONTACT INFORMATION PHONE: 508-485-8175 FAX: 508-485-7189 Phil Rinehart EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Facilities Department, 21 Highland St., Southborough MA 01772, 2/24/10 after 11:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/10 @ 9:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/24/10 at 9:30 A.M. at 9 Cordaville Rd, Southborough. Attendance is highly recommended. Bid documents will be available at that time. Bids will be evaluated on the basis of price, previous experience, ability to perform the work in a timely manner and references. Bids may be delivered by mail or other delivery entities or by hand. No faxes or emails are acceptable. The contracts will be awarded no later than 4/30/10. The Town of Southborough reserves the right to waive any informalities; to reject any or all proposals. A proposal, which includes for any item a bid that is abnormally low or high, may be rejected as unbalanced. The right is also reserved to accept any proposal deemed to be best for the town.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 199 Southborough, Town of Selectmen’s Office ESTIMATED COST: $16,000.00 17 Common St. CONTRACTOR QUALIFICATION: Southborough, MA 01772 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Southborough is requesting bids for purchase and installation of lay-in ceiling tiles and grid system in the Main Hall at Cordaville Hall. All work most be performed in accordance with the bid documents CONTACT INFORMATION PHONE: 508-485-8175 FAX: 508-485-7189 Phil Rinehart EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Facilities Department, 21 Highland St., Southborough, MA 01772, 2/24/10 after 11:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/10 @ 9:10 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/24/10 at 9:15 A.M. at 9 Cordaville Rd., Southborough. Attendance is highly recommended. Bid documents will be available at that time. Bids will be evaluated on the basis of price, previous experience, ability to perform the work in a timely manner and references. Bids may be delivered by mail or other delivery entities or by hand. No faxes or emails are acceptable. The contracts will be awarded no later than 4/30/10. The Town of Southborough reserves the right to waive any informalities; to reject any or all proposals. A proposal, which includes for any item a bid that is abnormally low or high, may be rejected as unbalanced. The right is also reserved to accept any proposal deemed to be best for the town.

33 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 200 Southborough, Town of Selectmen’s Office ESTIMATED COST: $34,000.00 17 Common St. CONTRACTOR QUALIFICATION: Southborough, MA 01772 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Southborough is requesting bids for the installation of two folding panel wall units in the Main Hall at Cordaville Hall. All work most be performed in accordance with the bid documents. CONTACT INFORMATION PHONE: 508-485-8175 FAX: 508-485-7189 Phil Rinehart EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Facilities Department, 21 Highland St., Southborough, MA 01772, 2/24/10 after 11:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/10 @ 9:20 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/24/10 at 9:30 A.M. at 9 Cordaville Rd., Southborough. Attendance is highly recommended. Bid documents will be available at that time. Bids will be evaluated on the basis of price, previous experience, ability to perform the work in a timely manner, and references. Bids may be delivered by mail or other delivery entities or by hand. No faxes or emails are acceptable. The contracts will be awarded no later than 4/30/10. The Town of Southborough reserves the right to waive any informalities; to reject any or all proposals. A proposal, which includes for any item a bid that is abnormally low or high, may be rejected as unbalanced. The right is also reserved to accept any proposal deemed to be best for the town.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10-376 Springfield, City of Office of Procurement ESTIMATED COST: $750,000/Year 36 Court St. Room 405 CONTRACTOR QUALIFICATION: DCAM Certificate Springfield, MA 01103 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Up to five qualified HVAC contractors to establish rates for on-call and scheduled service, repair, maintenance and replacement of boilers in Springfield public buildings. One to five service contracts with labor and materials for City Facilities division. The initial term of the contracts is one year. The City retains options to renew the agreements for a second and a third year. CONTACT INFORMATION PHONE: 413-787-7843 FAX: 413-787-6295 Bob Carney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/4/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

34 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 903322-01 Wakefield, Town of Municipal Gas and Light Department ESTIMATED COST: $250,000 9 Albion St. CONTRACTOR QUALIFICATION: Wakefield, MA 01880 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Install electrical duct and manhole system at Audubon Rd., Wakefield. CONTACT INFORMATION PHONE: 781-246-6300 FAX: Carl Lemeisz EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 781-246-6300 or P.L.M., 35 Main St., Hopkinton, MA 01748, Attn: Michael (place, date and time) Barrett, 508-435-0200, 2/11/10. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/5/10 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 2/23/10 at 10:00 A.M. at the Audubon Rd. project site.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Contract 2010-03 Walpole, Town of Purchasing Department ESTIMATED COST: $550,000 135 School St. Room 118 CONTRACTOR QUALIFICATION: Walpole, MA 02081 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Year 3 Annual Infiltration/Inflow Removal Program. The scope of work includes approximately 16,600 linear feet of cleaning, inspection, testing and sealing, manhole lining, root treatment, cured in place short liner, flow isolation and other related tasks. CONTACT INFORMATION PHONE: 508-660-7292 FAX: 508-668-2240 Walpole Purchasing Coordinator EMAIL: [email protected];; dmcelhinney@walpole-ma. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/18/10. Office Hours: Monday, Wednesday and Thursday, 8:00 A.M. - 4:00 (place, date and time) P.M.; Tuesday, 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION $50.00 refundable deposit, $25.00 non-refundable mailing fee in the form of checks, payable to the Town of Walpole (reference Project #2010-03).

35 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 314017 Walpole, Town of Housing Authority ESTIMATED COST: $80,000.00 8 Diamond Pond Terrace CONTRACTOR QUALIFICATION: Walpole, MA 02081 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The project consists of installation of new asphalt shingles, gutters and downspouts on six two story residential buildings. The project also includes Alternate 1, consisting of replacement of 90 pairs of shutters with new shutters. CONTACT INFORMATION PHONE: 508-668-7878 FAX: Denise Landry EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 after 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION The job site and/or existing building will be available for inspection by appointment. For an appointment call Denise Landry at 508-668-7878.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Wilmington, Town of Town Manager's Office ESTIMATED COST: $75,000 121 Glen Rd. CONTRACTOR QUALIFICATION: Wilmington, MA 01887 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Wilmington Memorial Library Elevator Hydraulic Cylinder Replacement. Supply labor, materials and equipment to replace the hydraulic piston and cylinder in the Wilmington Memorial Library. CONTACT INFORMATION PHONE: 978-658-3017 FAX: 978-658-6506 George W. Hooper, II Public Buildings Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/26/10 at 10:00 A.M. at the library.

36 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 5175-W0 Worcester, City of 455 Main St. ESTIMATED COST: $ 125,000 Worcester, MA 01608 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Water Service Construction (226-10) for the DPW and Parks. Work consists of rehabilitation of water services and appurtenances and abandoning of services at various locations. CONTACT INFORMATION PHONE: 508-799-1220 FAX: 508-799-1244 Chris Gagliastro EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 5189-W0 Worcester, City of 455 Main St. ESTIMATED COST: $80,000 Worcester, MA 01608 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Vietnam Veterans Memorial Site Improvements for the DPW and Parks. CONTACT INFORMATION PHONE: 508-799-1220 FAX: 508-799-1244 Chris Gagliastro EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Bid specifications and drawings may be downloaded at www.worcesterma.gov. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/8/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 2/26/10 at 11:00 A.M. at 180 Greenhill Parkway, Worcester. There is a $50 fee if mailing is requested.

37 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: CR-5187-S0 Worcester, City of Purchasing Division ESTIMATED COST: 455 Main St. Room 404 CONTRACTOR QUALIFICATION: Worcester, MA 01608 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Masonry Services as needed for one year period. CONTACT INFORMATION PHONE: FAX: Susan Cobb EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or download from the City's website at (place, date and time) www.worcesterma.gov. CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: BRRR 1-2010 Yarmouth, Town of 1146 Route 28 ESTIMATED COST: $22,000 South Yarmouth, MA 02664 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Plumbing work associated with remodel of golf course restrooms. CONTACT INFORMATION PHONE: 508-760-2129 FAX: 508-760-4806 Jim Armentrout EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Bayberry Hills GC, 635 West Yarmouth Rd. Building 1, West Yarmouth, MA 02673, 2/1/10 (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

38 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Barnstable County P.O. Box 427 ESTIMATED COST: 3195 Main St. CONTRACTOR QUALIFICATION: Barnstable, MA 02630 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roadway Construction for the Towns of Bourne, Brewster, Chatham, Dennis, Eastham, Falmouth, Harwich, Orleans, Sandwich, Wellfleet And Yarmouth. CONTACT INFORMATION PHONE: 508-375-6637 FAX: 508-362-4136 Elaine Davis EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Bids can be Downloaded from the County Website at http://purchasing.barnstbalecounty.org. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/18/10 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: TRC0701 #HC1 Capital Asset Management, Division of (DCAM) Bid Room ESTIMATED COST: $1,731,290.00 One Ashburton Place Room 1610 CONTRACTOR QUALIFICATION: DCAM Certificate Boston, MA 02108 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Various improvements, Pittsfield Courts 76 East St., Pittsfield: Construction of a new elevator tower and the renovation of existing construction for interior and exterior access improvements including masonry/stone, roofing, elevator and controls, plumbing, HVAC/ fire alarm, electrical. CONTACT INFORMATION PHONE: 617-727-4003 FAX: 617-727-5514 DCAM Bid Room EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/9/10 @ 12:00 P.M. GENERAL BID DEADLINE: 3/24/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: Masonry, Roofing & Flashing, Elevators, Plumbing, HVAC, Electrical ADDITIONAL INFORMATION Site Meeting: 2/26/10 at 9:00 A.M. at 76 East St., Pittsfield. Contact: David Fang, 617-727-4050 ext. 469. The Designer is Ford Gillen Architects, 409 Main St., Amherst, MA 01002, Contact: Bill Gillen, 413-253-2529. DCAM does not mail Plans and Specs.

39 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: SDH1001 #DC1 Capital Asset Management, Division of (DCAM) One Ashburton Place Room 1610 ESTIMATED COST: $9,000,000 Boston, MA 02108 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: RFQs for Construction Management Services at Western Massachusetts Correctional Center Expansion, Chicopee. The CM Should have demonstrated experience in the Integrated Project Delivery (IPD) or long term experience working collaboratively with Architects and consultants. The defined BIM Manager should have demonstrated experience in developing BIM execution plans, managing, directing and implementing BIM in more than three projects during pre-construction and construction phase. Firms interested in being pre-qualified for must demonstrate prior experience as a Construction Manager on at least three CM at Risk projects of a similar cost, complexity, type and size as this project CONTACT INFORMATION PHONE: 617-727-4003 FAX: 617-727-5514 DCAM Bid Room EMAIL: PLANS/SPECIFICATIONS AVAILABLE DCAM Bid Room at the above agency address or online at www.comm-pass.com, 2/17/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/19/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Informational meeting: 3/4/10 at 2:00 P.M. at the above agency address. Firms interested in providing Construction Manager at Risk Services are invited to submit a Statement of Qualifications (SOQ )to DCAM. This Request for Qualifications is the first phase of a two-phase procurement process as set forth in MGL Ch. 149A. DCAM is pre- qualifying firms interested in providing public CM at Risk services for the project through this RFQ process.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 09-07-04 Dudley Charlton Regional School District 68 Dudley Oxford Rd. ESTIMATED COST: $65,000 Dudley, MA 01571 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: HVAC Renovations for Administration Offices at Shepherd Hill Regional High School, 68 Dudley Oxford Rd., Dudley. CONTACT INFORMATION PHONE: 413-596-2360 FAX: 413-596-2360 Roy S. Brown Architects EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Roy S. Brown Architects, 85 Chilson Rd., Wilbraham, MA 01095, 2/17/10 at 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Plan Deposit is $75, payable to Roy Brown. Plan Mailing is $25, payable to Roy Brown.

40 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: S112210-R Essex Agricultural and Technical High School Office of the Superintendent ESTIMATED COST: $20,000 562 Maple St. CONTRACTOR QUALIFICATION: Hathorne, MA 01937 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Smith Hall New Chairlift at Assembly Hall. CONTACT INFORMATION PHONE: 617-241-2807 FAX: 617-241-2857 Heather DeLorey EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Knight, Bagge & Anderson, Inc., 6 Thirteenth St., Charlestown, MA 02129, 2/17/10 after 3:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/3/10 @ 3:30 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 2/24/10 at 3:30 P.M. at the Essex Agricultural and Technical High School, 562 Maple Street, Hathorne. Plans and specs may be mailed upon receipt of a non-refundable mailing fee of $25.00, payable to KBA Architects.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: PA-234 Fish and Game, Department of Office of Fishing and Boating Access ESTIMATED COST: $200,000 1440 Soldiers Field Rd. CONTRACTOR QUALIFICATION: Brighton, MA 02135 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Monponsett Pond Boat Launch Repairs and Site Improvements, including installation of a boarding dock, storm drainage and pavement improvements and miscellaneous work. CONTACT INFORMATION PHONE: 617-727-1843 FAX: 617-727-7214 Anthony Stella, P.E. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/8/10 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

41 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Proj. #C805, Bid #F68-10 Fitchburg State College Capital Planning and Maintenance ESTIMATED COST: $1,500,000 160 Pearl St. CONTRACTOR QUALIFICATION: DCAM Certificate Fitchburg, MA 01420 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Project # C805, 155 North Street Renovations. CONTACT INFORMATION PHONE: 978-665-3423 FAX: 978-665-3682 Nancy FitzGerald EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, 2/17/10 during regular business hours (place, date and time) or online at www.biddocsonline.com. CONTRACT INFORMATION: SUB BID DEADLINE: 3/11/10 @ 10:30 A.M. GENERAL BID DEADLINE: 3/25/10 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIES: 050001 Misc. & Ornamental Iron, 088000 Glass & Glazing, 090003 Acoustical Tile, 090005 Resilient Flooring, 090007 Painting, 140001 Elevators, 220000 Plumbing, 230000 HVAC, 260000 Electrical ADDITIONAL INFORMATION Pre-Bid Conference: 2/25/10 at 10:30 A.M. in the Dupont Building Conference Room 210, 299 North St., Fitchburg State College. Plan Deposit of $75 per set (one set only, refundable) and $75 per set for each additional set (non- refundable). Mailing fee is $40.00 per set (non-refundable). Payment at Nashoba Blue is by Certified or Cashiers checks only, payable to BidDocs ONLINE, Inc. Payment for bid documents ordered through BidDocs ONLINE may be made by Certified or Cashiers check, credit card or PayPal. Fitchburg State College reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Re-Bid Courtyard SC Fuller Mental Health, Department of 25 Staniford St. Room 3078 ESTIMATED COST: $200,000 Boston, MA 02114 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Install metal canopy, enclose area with security fence, guard rail, electrical, painting, doors, demolition, etc. as per specifications. CONTACT INFORMATION PHONE: 617-626-8313 FAX: 617-626-8046 Fred Bergstrom EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10 - 3/9/10, 9:00 A.M. - 3:00 P.M. and 3/10/10, 9:00 A.M. - 1:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 3/3/10 at 10:00 A.M. in the main lobby of the SC Fuller Mental Health Center. Note: Plans and specifications will not be available at the Pre-Bid Conference. Plans and Specifications will not be Mailed.

42 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Pioneer Valley Planning Commission (PVPC) 60 Congress St. 1st Floor ESTIMATED COST: $190,000 Springfield, MA 01104-3419 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Stormwater Improvements, Congamond Lakes, Southwick. CONTACT INFORMATION PHONE: 413-781-6045 FAX: 413-732-2593 Anne Capra, Principal Planner EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10, 9:00 A.M. - 5:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/12/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 3/1/10 at 9:00 A.M. at Southwick Town Hall, 454 College Highway, Southwick.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: UMA10-43 University of Massachusetts - Amherst Procurement Office ESTIMATED COST: $760,000.00 Goodell Building CONTRACTOR QUALIFICATION: DCAM Certificate 140 Hicks Way Room 407 Amherst, MA 01003 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Marcus Hall replace electric service. Contractor Category: General. CONTACT INFORMATION PHONE: 413-545-1095 FAX: Peter Royer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: 3/10/10 @ 12:00 P.M. GENERAL BID DEADLINE: 3/24/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: 05001-Misc.&Ornamental Iron; 09900-Painting; 01600-Electrical including direct electrical. ADDITIONAL INFORMATION Mandatory Pre-bid meeting: 3/3/10 at 10:00 A.M. in the Main lobby at Marcus Hall. Plans/specs may be obtained upon receipt of a refundable deposit of $50.00 per set in the form of a company,treasurer's,cashier's or bank check, payable to UMass. A courier account number is required with the check in order to have the package mailed. Note: All sub-bidders must submit with their bid a valid DCAM Certificate of Eligibility and a valid DCAM Update Statement.

43 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: UMA10-47 University of Massachusetts - Amherst Procurement Office ESTIMATED COST: $100,000.00 Goodell Building CONTRACTOR QUALIFICATION: 140 Hicks Way Room 407 Amherst, MA 01003 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Parking, NLSB Temporary Lot. CONTACT INFORMATION PHONE: 413-545-0361 FAX: Peter Royer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/17/10. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 2/24/10 at 1:00 P.M. at Facilities Planning, Conference Room B. Plans and specs may be obtained upon receipt of a refundable deposit of 50.00 per set in the form of a company, treasurer's, cashier's or bank check, payable to UMass. A courier account number is required with the check in order to have the package mailed.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: DD10HF25- rebid University of Massachusetts - Dartmouth Purchasing Department ESTIMATED COST: $12,000.00 285 Old Westport Rd. Room 213 CONTRACTOR QUALIFICATION: North Dartmouth, MA 02747 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The University of Massachusetts Facilities and Physical Plant Department is seeking a qualified contractor for the testing, inspection and maintenance of 43 Keltron Radio Frequency master boxes and Central Station/Proprietary Alarm system receivers for all academic, support buildings and Residential Housing buildings on the Dartmouth Campus as identified in this request for proposals. Alarm systems will include the testing and maintenance of the central station Keltron receivers, Keltron Radio Boxes and all AES retransmission equipment associated with the central station operation. CONTACT INFORMATION PHONE: 508-999-8055 FAX: 508-999-8997 Holly Fern EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/3/10 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/10 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION

44 CENTRAL REGISTER - GENERAL CONTRACTS CR-2 Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: OP-122 Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard ESTIMATED COST: $374,050 100 First Ave. Building 39 CONTRACTOR QUALIFICATION: Boston, MA 02129 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Hydraulic Equipment Service. CONTACT INFORMATION PHONE: 617-242-6000 FAX: 617-788-4896 Al Bhatti EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/10 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid Conference: 2/24/10 at 10:00 A.M. in Conference Room 1A at the Chelsea Facility, 2 Griffin Way, Chelsea. Contact MWRA's Document Distribution Office at 617-788-2575 to obtain bid documents.

45 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Barnstable, Town of PROJECT: Freezer Road Pump Station Siding Replacement. Procurement Office 230 South St. Hyannis, MA 02601 CONTACT PHONE FAX: Johanna Boucher EMAIL:

South Coast Design & Construction Alpine Property Service D.D.C. Construction Superior Construction 25 Cedarcrest Ave. 239 Boston St. 245 Aquidneck St. 15 Oldham Circle Mattapoisett, MA 02739 Topsfield, MA 01983 New Bedford, MA 02744 Mashpee, MA 02649

Campbell Construction Group, LLC Fraser Construction Infinite Imaging CeMat Contracting Co., Inc. 21 Caller St. Suite 4 P.O. Box 1845 30 International Drive Suite 6 56 Conduit St. Peabody, MA 01960 Cotuit, MA 02635 Portsmouth, NH 03801 New Bedford, MA 02745-6016

Speakman Construction Lucido Masonry Corp. Ceder Crest Properties R.J. Loughton Construction Co., 15 Speak Way P.O. Box 1607 72 Higgins Crowell Rd. 539 South St. East Harwich, MA 02645 Sagamore Beach, MA 02562 West Yarmouth, MA 02673 Raynham, MA 02767

K.O.B.O. Utility & Construction, I Santa General Contracting Benn Construction Molinari Roofing 18 Fruean Way 4 Russell Court P.O. Box 638 11 Sheep Pasture Way South Yarmouth, MA 02664 Woburn, MA 01801 Sandwich, MA 02563 East Sandwich, MA 02537

Vareika Construction, Inc. B.A. Perazimi, Inc. Robert Briggs Compass Contracting 219 Walnut St. Suite B 15 Scituate Rd. 49 Telegraph Rd. P.O. Box 53014 West Bridgewater, MA 02379 Mashpee, MA 02649 Dennisport, MA 02639 Medford, MA 02153-0014

Oliver Enterprises Walter Green Cape Associates 312 Martin Boulevard 30 Controls Drive P.O. Box 108 Detroit, MI 48201 Shelton, CT 06484 Barnstable, MA 02630

46 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Barnstable, Town of PROJECT: Survey and Design Services for the Improvement of Enterprise Rd. Procurement Office and Corporation St., Hyannis. 230 South St. Hyannis, MA 02601 CONTACT PHONE FAX: Johanna Boucher EMAIL:

Lynnfield Engineering, Inc. Executive Landscaping, Inc. G.E.O.D. Consulting McMahon Associates 199 Newbury St. Suite 115 17 General Holway Rd. 24 Ray Ave. 300 Myles Standish Boulevard S Danvers, MA 01923 South Yarmouth, MA 02664 Burlington, MA 01803 201 Taunton, MA 02780

Maguire Group Waterfield Design Group Tetra Tech Rizzo Coastal Engineering Co., Inc. 33 Commercial St. 50 Cross St. One Grant St. 260 Cranberry Highway Foxborough, MA 02035 Winchester, MA 01890 Framingham, MA 01701 Orleans, MA 02653

Outermost Land Survey, Inc. Vanasse Hangen Brustlin Infinite Imaging Gale Associates 3904 Main St. 101 Walnut St. 30 International Drive Suite 6 163 Libbey Parkway Brewster, MA 02631 Watertown, MA 02471 Portsmouth, NH 03801 Weymouth, MA 02188

C.C.R. Associates, Inc. Tibbetts Engineering Corp. Holmes & McGrath Inc. Stephenson Design Group, LLC 40 Mears Ave. 716 County St. 362 Gifford St. 111 Tremont St. Quincy, MA 02169 Taunton, MA 02739 Falmouth, MA 02540 Brighton, MA 02135

Gordon R. Archibald, Inc. S.T.V. Coler & Colantonio, Inc. Surveying & Mapping Consultan 200 Main St. 321 Summer St. 101 Accord Park Drive Inc. Pawtucket, RI 02860 Boston, MA 02210 Norwell, MA 02061 325 Wood Rd. Suite 109 Braintree, MA 02184

Weston & Sampson Schofield Freeman, Inc. Environmental Partners Group A.S.E. Corp. 5 Centennial Drive P.O. Box 101 1900 Crown Colony Drive Suite 40 100 Hallet St. Peabody, MA 01960 Orleans, MA 02653 Quincy, MA 02169 Boston, MA 02124

Baxter Nye WorldTech Engineering, LLC Hudson Design Group, LLC Wright-Pierce 78 North St. 300 Trade Center Suite 5580 1600 Osgood St. Building 20N Sui 200 Brickstone Square Suite 505 Hyannis, MA 02601 Woburn, MA 01952 2-101 Andover, MA 01810 North Andover, MA 01842

Beals & Thomas, Inc. Cavanaro Consulting G.C.G. Associates, Inc. Tighe & Bond, Inc. 144 Turnpike Rd. 687 Main St. 84 Main St. 4 Barlows Landing Rd. Unit 15 Southborough, MA 01772 Norwell, MA 02061 Wilmington, MA 01887 Pocasset, MA 02559

Pare Corp. Howard/Stein-Hudson Cuoco & Cormier Engineering Prime Engineering 10 Lincoln Rd. Suite 103 38 Chauncy St. 9th Floor Associates, Inc. P.O. Box 1088 Foxboro, Ma 02035 Boston, MA 02111 170 Main St. Unit 112 Lakeville, MA 02347 Tewksbury, MA 01876

Crossman Engineering BETA Group, Inc. J.K. Holmgren Engineering, Inc. Gannett Fleming, Inc. 151 Centerville Rd. 315 Norwood Park South 942 West Chestnut St. 199 Wells Ave. Suite 120 Warwick, RI 02886 Norwood, MA 02062 Brockton, MA 02301 Newton, MA 02459

Greenman - Pedersen, Inc. Cape Golf Construction, Inc. B.S.C. Group Copley Wolff Design Group 800 South Main St. 571 Willow St. 15 Elkins St. 160 Boylston St. 3rd Floor Mansfield, MA 02048 West Barnstable, MA 02668 Boston, MA 02127 Boston, MA 02116

Alpha Surveying & Engineering, In G.A.F. Engineering, Inc. Stamski & McNary, Inc. Stantec Consulting 695 Wareham St. 266 Main St. 80 Harris St. 5 LAN Drive Middleboro, MA 02346 Wareham, MA 02571 Acton, MA 01720 Westford, MA 01886

47 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

William Scanlon Deberry Allen & Major Associates, Inc. AECOM 19 Metcalf St. 280 Summer St. 10th Floor 250 Commercial St. Suite 101 300 Baker Ave. Suite 290 Worcester, MA 01609 Boston, MA 02210 Manchester, NH 03101 Concord, MA 01742

Site Engineering Consultants, Inc. Pennoni Associates G.E.I. Consultants, Inc. Resource Control Associates, Inc 55 Grapeshot Rd. 100 Burt Rd. Suite 120 74 Gray Rd. 474 Broadway Sharon, MA 02067 Andover, MA 01810 Falmouth, MA 04105 Pawtucket, RI 02860

McKenzie Engineering Group Lin Associates Fuss & O'Neill 150 Longwater Drive Suite 101 2001 Beacon St. 317 Iron Horse Way Suite 204 Norwell, MA 02061 Brighton, MA 02135 Providence, RI 02908

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 10-2.23 Bellingham, Town of PROJECT: Professional Design Services for Roof Repairs and Related Work. 60 Harpin St. Bellingham, MA 02019 CONTACT PHONE 508-883-1706 ext. 101 FAX: 508-883-1475 Jim Testa EMAIL:

P. & S. Consulting, Inc. EcoModern Architecture, LLC Flansburg & Associates C.B.I. Consulting, Inc. 125 Greenleaf St. One Design Center Place Suite 543 77 North Washington St. 250 Dorchester Ave. Quincy, MA 02169 Boston, MA 02210 Boston, MA 02114 Boston, MA 02127

Russo-Barr Associates, Inc. Stephen Kelleher Architects C.G.K.V. Architects, Inc. McKinnell, McKinnell & Taylor 33 Center St. 57 Alden Rd. 97 Marion St. 164 Washington St. Burlington, MA 01803 Fairhaven, MA 02719 Somerville, MA 02143 Norwell, MA 02061

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Contract 11-1 Belmont, Town of PROJECT: Belmont St. and Trapelo Rd. Water Main Improvement. Department of Public Works Homer Municipal Building 19 Moore St. Belmont, MA 02178 CONTACT PHONE 978-532-1900 FAX: 978-573-4110 Sally Smith EMAIL: [email protected]

McGraw Hill Construction/Dodge N. Granese & Sons, Inc. CProjects.com C.J.P. & Sons Construction Co., 650 Franklin Ave. 18 Yorkshire Rd. 30 Control Drive Suite 200 1420 Main St. Hartford, CT 06114 Marblehead, MA 01945 Shelton, CT 06484 Millis, MA 02054

Cedrone Trucking, Inc. Dagle Electrical Construction Corp Albanese D. & S., Inc. U.E.L. Contractors, Inc. 231 Rangeway Rd. 285 Salem St. 66 Silva Lane 270 Airport Rd. North Billerica, MA 01862 Woburn, MA 01801 Dracut, MA 01826 Fitchburg, MA 01420

Albanese Brothers, Inc. E.J. Prescott, Inc. Oliveira Construction, Inc. Reed Construction Data P.O. Box 518 P.O. Box 761 1100 G.A.R. Highway 30 Technology Parkway South Su 28 Loon Hill Rd. 162 North Main St. Somerset, MA 02726 100 Dracut, MA 01826 Middleton, MA 01949 Norcross, GA 30092

48 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 5150 Cambridge, City of PROJECT: Concord Ave. Water Main, Street and Sidewalk Reconstruction. Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-349-4310 FAX: 617-349-4008 Cynthia Griffin EMAIL: [email protected]

A.R. Belli, Inc. Charles Contrating Co. Strada Construction Co. 271 Nevada Str. 75 Rosedale Rd. 1236 Eastern Ave. Newtonville, MA 02460 Watertown, MA 02472 Malden, MA 02148

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 5085A Cambridge, City of PROJECT: Sennott Pocket Park Renovation. Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-349-4310 FAX: 617-349-4008 Cynthia Griffin EMAIL: [email protected]

Camdele Construction DiBara Enterprises J.N.J. Sacca, Inc. N. Sacca & Sons, Inc. 154 Salem St. 25 Howard St. 92 Parkway P.O. Box 445 Boston, MA 02113 Fitchburg, MA 01420 Arlington, MA 02474 Arlington, MA 02476

Northeast Landscape Materials Paragon Landscape Construction, I Phil Mastroianni Corp. Tree & Probuilt Construction 357 South Main St. P.O. Box 5 Landscape P.O. Box 991 West Bridgewater, MA 02379 North Marshfield, MA 02050 17 Fountain St. Marshfield, MA 02050 Waltham, MA 02453

R. & D. Side Development, LLC Strada Construction Co. Tim Zanelli Excavating 7 Hemlock Lane 1236 Eastern Ave. 3 Beech Rd. Groveland, MA 01834 Malden, MA 0214 North Reading, MA 01864

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Cambridge, City of PROJECT: Renovations of UDIC Properties, which include modifications to Housing Authority kitchens and baths, renovation of existing interior handrails and new 675 Massachusetts Ave. centralized boiler system. Cambridge, MA 02139 CONTACT PHONE 617-520-6253 FAX: 617-547-9821 Donna Gallant EMAIL: [email protected]

P.J. Dionne Co., Inc. Paul J. Rogan Co. Thomas Construction Co., Inc. South Shore Welding 60 Jonspin Rd. 25 Hayward St. 2 Waumbeck St. 121 Crooked Lane Wilmington, MA 01887 Braintree, MA 02184 Boston, MA 02121 Lakeville, MA 02347

F.L. Caulfield & Sons, Inc. Lambrian Construction Corp. Delphi Construction, Inc. Enterprise Equipment, Inc. 13 Clover St. 384 Washington St. 130 Overland Rd. 276 Libbey Parkway Dorchester, MA 02122 Westwood, MA 02090 Waltham, MA 02451 Weymouth, MA 02189

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

49 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Cambridge, City of PROJECT: Accessibility Upgrades at 116 Norfolk St. and elderly/disabled Housing Authority congregate housing development in Central Square. 675 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-520-6239 FAX: 617-547-9821 Kyle Sullivan EMAIL: [email protected]

Rogan-Hennessy Paving Roger A. Tremblay Village Forge Prism Builders 25 Hayward St. 10 Colonial Rd. Unit 4 P.O. Box 55 107 Audubon Rd. Building 1 Sui Braintree, MA 02184 Salem, MA 01970 Readville, MA 02137 Wakefield, MA 01880

Fleming Bros, Inc. Northern Contracting Joseph P. McCabe Your Space 106 Columbia St. 68 Jackson St. 509 East First St. 2 Blanchard Rd. Quincy, Ma 02169 Canton, MA 02021 South Boston, MA 02127 Burlington, MA 01803

Dayco Construction, Inc. 3 Phase Elevator Corp. Foster’s Electric Service, Inc. 410 Loring Ave. 41 Brooks Drive Suite 1002 702 Walk Hill St. Salem, MA 01970 Braintree, MA 02184 Mattapan, MA 02126

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Cambridge, City of PROJECT: Elevator Contractor needed for the comprehensive modernization Housing Authority and upgrade of two overhead traction passenger elevators, including 675 Massachusetts Ave. all ancillary structural, electrical and mechanical work at Frank J Cambridge, MA 02139 Manning Apartments, 237 Franklin St., Cambridge. CONTACT PHONE 617-520-6259 FAX: 617-547-9821 Allison Lynch EMAIL: [email protected]

Draper Elevator Cab Co. 260 Center St. Holbrook, MA 02343

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Holden, Town of PROJECT: Hendrick's House and Barn Exterior Painting. Starbard Building 1204 Main St. Holden, MA 01520 CONTACT PHONE 508-752-2831 FAX: 508-757-7769 William Senecal EMAIL: [email protected]

Reed Construction Data Roumbakis Contracting, Inc. Northeast Painting Associates, Inc. ProjectDog 30 Technology Parkway South Suit 320 Water St. 881 North King St. 18 Graf Rd. Suite 8 500 Fitchburg, MA 01420 Northampton, MA 01060 Newburyport, MA 01950 Norcross, GA 30092

Alpine Property Services Co., Inc. Jobs 2 Bid 239 Boston St. 30 Controls Drive Suite 200 Topsfield, MA 01983 Shelton, CT 06484

50 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Holden, Town of PROJECT: Hendrick's House Roofing. Starbard Building 1204 Main St. Holden, MA 01520 CONTACT PHONE 508-752-2831 FAX: 508-757-7769 William Senecal EMAIL: [email protected]

Vareika Construction, Inc. Reed Construction Data Greenwood Industries, Inc. Crocker Architectural 219 Walnut St. Suite B 30 Technology Parkway South Suit P.O. Box 2800 129 Southbridge Rd. West Bridgewater, MA 02379 500 Worcester, MA 01613 North Oxford, MA 01537 Norcross, GA 30092

Dennis F. McPartland Atlantic Construction & Restoratio Capeway Roofing Systems, Inc. Kidd-Luukko Corp. 6 June Terrace 165 Chelmsford St. 664 Sanford Rd. 340 Main St. Suite 910 Worcester, MA 01602 Lowell, MA 01851 Westport, MA 02790 Worcester, MA 01608

ProjectDog Custom Copper & Slate, Ltd. Stanley Roofing Co., Inc. Alpine Property Service Co., Inc 18 Graf Rd. Suite 8 10 Rhododendron St. 42 Mitchell Rd. 239 Boston St. Newburyport, MA 01950 Medfield, MA 02052 Ipswich, MA 01938 Topsfield, MA 01983

Rockwell Roofing, Inc. Jobs 2 Bid Mike's Construction 44 Pond St. 30 Controls Drive Suite 200 332 Mason Rd. Extension Leominster, MA 01453 Shelton, CT 064484 Dudley, MA 01571

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Lynn, City of PROJECT: Grand Army of the Republic Building Masonry and Window Purchasing Department Restoration and Roof Replacement. 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected]

Folan Waterproofing & Constructio Eaglepoint Builders, Inc. Co., Inc. 54 Burnham St. 795 Washington St. Belmont, MA 02478 South Easton, MA 02375

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 03-36 Lynn, City of PROJECT: Supply alarm Installation, Monitoring and Repair Service in Specific Purchasing Department Buildings Including Boilers for the City of Lynn Inspectional Services 3 City Hall Square Room 205 Department. Lynn, MA 01901 CONTACT PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected]

American Alarm Instant Alarm Downing Electric Co. Pasek Corp. 297 Broadway 303 Highland Ave. 469 River Rd. 9 West Third St. Arlington, MA 02474 Salem, MA 01970 Hudson, MA 01749 South Boston, MA 02127

Secure Pro American Service Co. O'Neill & Associates Reed Construction Data 505 Paradise Rd. 20 Fort St. 31 New Chardon St. 30 Technology Parkway South Swampscott, MA 01907 Quincy, MA 02169 Boston, MA 02114 Norcross, GA 30092

ProjectDog Simplex Grinnell, LP 18 Graf Rd. 63 Nahatan St. Newburyport, MA 01950 Norwood, MA 02062

51 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Contract No. 2010-07 Marlborough, City of PROJECT: Primary Sludge Removal Mechanism. 140 Main St. Marlborough, MA 01752 CONTACT PHONE 508-624-6910 FAX: 508-624-7699 Doran Crouse, Assistant Commissioner Utilities EMAIL: [email protected]

Waterline Industries Corp. R.H. White Companies, Inc. Wind River Environmental Nu-Water, Inc. 7 London Lane P.O. Box 404 577 Main St. Suite 110 96-A Pond St. Seabrook, NH 03874 41 Central St. Hudson, MA 01749 Seekonk, MA 02771 Auburn, MA 01501

The Lydon Companies Reed Construction Data Envirodyne Systems, Inc. Jobs2Bid 35 Oak Hill Parkway 30 Technology Parkway South Suit 72 Zimmerman Drive 30 Controls Drive Suite 200 Brockton, MA 02301 500 Camp Hill, PA 17011 Shelton, CT 06484 Norcross, GA 30092

Blooming Glen Contractors, Water Interstate Water & Wastewater Kinsmen Corp. Pride Environmental & Construc Wastewater Construction Service Specialists P.O. Box 16117 Inc. P.O. Box 391 18 Glance Rd. 35 Londonderry Turnpike Suite A 70 North Main St. 901 Minsi Trail Windham, NH 03087 Hookset, NH 03106 Berkley, MA 02779 Blooming Glen, PA 18911

Weston & Sampson C.M.R., Inc. Monroe Environmental Corp. 5 Centennial Drive 810 West Front St. Peabody, MA 01960 Monroe, MT 48161

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2010-03 Quincy, City of PROJECT: Drohan Apartments Paving Repairs. Housing Authority 15 Bicknell St. Quincy, MA 02169 CONTACT PHONE 617-212-9184 FAX: 617-328-0297 Deborah Williamson EMAIL: [email protected]

Mathias Corp. Reed Construction Data McGraw Hill Construction ProjectDog P.O. Box 366343 30 Technology Parkway South Suit 34 Crosby Drive Suite 201 18 Graf Rd. Unit 8 Boston, MA 02136 500 Bedford, MA 01730 Newburyport, MA 01950 Norcross, GA 30092-4578

CProjects.com Lawrence Lynch Corp. Sunshine Paving Corp. Aqualine Utility, Inc. 30 Controls Drive Suite 200 396 Gifford St. 89 Meadowbrook Rd. 268 Washington St. Shelton, CT 06484 Falmouth, MA 02540 North Chelmsford, MA 01863 East Bridgewater, MA 02333

Rogan Hennessy C. Naughton Corp. Derbes Construction, Inc. R.B.R. & Sons 25 Hayward St. 48 Dorothea Drive 44 Branch St. 36 Ridgeward Rd. Braintree, MA 02184 Weymouth, MA 02188 Quincy, MA 02169 Milton, MA 02186

Jones Contracting Mario Susi & Son, Inc. Murphy Paving & Reclamation 735 Washington St. 36 Westwood St. 55 Whitney St. Walpole, MA 02081 Dorchester, MA 02121 Holliston, MA 01746

52 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2009058400 Saugus, Town of PROJECT: Firm Alarm System Replacement. Housing Authority 19 Talbot St. Saugus, MA 01906 CONTACT PHONE 781-233-2116 FAX: 781-233-3531 Steven D. Whitehurst EMAIL: saugusexdir1@ verizon.net

Jupiter Electric, Inc. Brothers Electrical Co., LLC Annese Electrical Services, Inc. R. & M. Electrical Contractor, In 126 Main St. 16 Pheasant Lane 280 Libbey Industrial Parkway 18 Howe Ave. North Reading, MA 01864 Topsfield, MA 01983-1039 Weymouth, MA 02189 Shrewsbury, MA 01545

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 09-2080 Springfield, City of PROJECT: New Maintenance Storage Buildings at Seven Springfield Housing Housing Authority Authority Sites. Modernization Department 117 Sanderson St. Rear Springfield, MA 01107 CONTACT PHONE 413-786-9600 FAX: 413-786-8699 My-Ron Hatchett EMAIL: [email protected]

Fiore Construction Co., Inc. John W. Egan Co., Inc. Champlain Masonry, Inc. Sullivan & Narey Construction C 150 Benson St. 3 Border St. P.O. Box 2695 Inc. Fitchburg, MA 01420 West Newton, MA 02465 Pittsfield, MA 01202 214 Maple St. Holyoke, MA 01040

Adams Plumbing & Heating, Inc. Westfield Construction Co., Inc. D.P. Carney Construction, Inc. Gagliarducci Construction, Inc. P.O. Box 126 P.O. Box 129 34 Horseshoe Circle 295 Pasco Rd. Adams, MA 01220 West Chesterfield, MA 03466 Ware, MA 01082 Indian Orchard, MA 01151

Universal Electric Co., Inc. Gardner Construction & Industrial Laliberte Construction Associates, Hop River Concrete, Inc. 59B Observer St. Services, Inc. 41 Winter St. 231 Route 6 Springfield, MA 01104 47 Olivine St. Kingston, MA 02364 Columbia, CT 06237 Chicopee, MA 01013

53 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Ware, Town of PROJECT: Pine and Cherry Street Improvements. Board of Selectmen 126 Main St. Ware, MA 01082 CONTACT PHONE 413-781-6045 FAX: 413-732-2593 Christopher J. Dunphy EMAIL: [email protected]

Geeleher Enterprises Jack Goncalves & Sons Blaine Flore Mass West Constructi Baltazar Construction 39 College Highway 172 Munsing St. 163 Doty Circle 83 Carmelina's Circle Southampton, MA 01073 Ludlow, MA 01056 West Springfield, MA 01089 Ludlow, MA 01056

Freitas Construction Palmer Paving J.H. Lynch E.J. Prescott 36 Carmelina's Circle 25 Blanchard St. 18 McCracken Rd. 105 Verge St. Ludlow, MA 01056 Palmer, MA 01069 Millbury, MA 01527 Springfield, MA 01151

R.A. Hammond Construction Corp Henry J. Ceppetelli Co. A. Martins & Sons Construction Pioppi Construction Co. 2 Warren Rd. North 65 Bigelow Rd. 679 Moore St. P.O. Box 924 Oxford, MA 01537 Webster, MA 01570 Ludlow, MA 01056 Southbridge, MA 01550

Bridges, LLC Fiore Construction Saltmarch Industries U.E.L. Construction 32 Mallard Lane 150 Benson St. 1430 Main Rd. 270 Airport Rd. Sandown, NH 03873 Fitchburg, MA 01422 Granville, MA 01034 Fitchburg, MA 01420

Caracas Construction Borges Construction J.E. Amorello, Inc. J.L. Raymekers 592 Holyoke St. 165 Carmelina's Circle 115 Southwest Cutoff 106 East Mountain Rd. Ludlow, MA 01056 Ludlow, MA 01056 Worcester, MA 01604 Westfield, MA 01086

A.J. Virgilio Construction Northern Construction Service A. Pereira Construction Co. Gomes Construction 86 Summit Lock Rd. 775 Pleasant St. Unit 11 11 Chapin St. 136 Carmelina's Circle Westfield, MA 01086 Weymouth, MA 02189 Ludlow, MA 01056 Ludlow, MA 01056

L. & P. Services, Inc. David G. Roach & Sons 113 Bethany Rd. P.O. Box 1479 Monson, MA 01057 Ware, MA 01082

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Wareham, Town of PROJECT: Besse Park Bulkhead Replacement. Municipal Maintenance 96 Rd. Wareham, MA 02571 CONTACT PHONE 508-295-6600 FAX: 508-295-6634 Paul Matos EMAIL: [email protected]

Robert B Our Co., Inc. Cape Cod Docks, Inc. A.G.M. Marine Contractors Lindberg Marine, Inc. P.O. Box 1539 23 Bog Rd. 30 Echo Rd. 50 Middle St. 23 Great Western Rd. Yarmouth, MA 02673 Mashpee, MA 02649 Fairhaven, MA 02719 North Harwich, MA 02645

54 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 0905.00 Whitman, Town of PROJECT: Whitman Police Station. Town Administrator's Office 54 South Ave. Whitman, MA 02382 CONTACT PHONE 617-423-1400 FAX: 617-423-2939 Lynn Colbert EMAIL: [email protected]

Araujo Brothers Plumbing & Heati King Painting, Inc. J.K. Scanlan Co., Inc. The Cheviot Corp. P.O. Box 50225 85 Flagship Drive 15 Research Rd. 55 Fourth Ave. New Bedford, MA 02745 North Andover, MA 01845 East Falmouth, MA 02536 Needham Heights, MA 02494-27

V. & G. Iron Works, Inc. Griffin Electric A.P. Whitaker & Sons, Inc. P.J. Spillane Co. 1500 Shawsheen St. 116 Hopping Brook Rd. 652 West Center St. 97 Tileston St. Tewksbury, MA 01876 Holliston, MA 01746 Bridgewater, MA 02379 Everett, MA 02149

Stafford Construction Services, Inc Costa Brothers Masonry, Inc. Bradford Stone & Tile Patrick Kennedy & Sons, Inc. 119 Main St. 2 Lambeth Park Drive 83 Agawam Ave. 39 Gibson St. Saugus, MA 01906 Fairhaven, MA 02719 Bradford, MA 01835 Boston, MA 02122

Paul J. Rogan Co., Inc. Allegheny Contract Lambrian Construction Automatic Temperature Controls 25 Hayward St. 36 Holton St. 384 Washington St. 60 Earls Way Braintree, MA 02184 Winchester, MA 01890 Westwood, MA 02090 Franklin, MA 02038

N.E.R. Construction Management The Cheviot Corp. J. Buote Painting Co., Inc. Richman Corp. Corp. 1905 Matunuck School House Rd. 300 Wood St. 65 Liberty St. 867 Woburn St. Wakefield, RI 02879 Middleboro, MA 02346 Quincy, MA 02169 Wilmington, MA 01887

West Floor Covering Cenedella Masonry, Inc. Acoustek, Inc. Capital Masonry Corp. 42 Winger St. Suite 11 19 East Walnut St. 20 Ventura Drive 277 South St. Pembroke, MA 02359 Milford, MA 01757 North Dartmouth, MA 02747 Walpole, MA 02081

Carlysle Engineering, Inc. Bay Steel Co., Inc. Harding Acoustical Interiors, Inc. Delta Beckwith Elevator Co. 132 Brookside Ave. 87 Lake St. 16 Arnold Drive 115 Shawmut Rd. Boston, MA 02130 Halifax, MA 02338 Medfield, MA 02052 Canton, MA 02021

ProjectDog Folan Waterproofing & Constructio P.J. Dionne Co., Inc. Dandis 18 Graf Rd. Suite 8 Co., Inc. 60 Jonspin Rd. 636 Washington St. Suite 12 Newburyport, MA 01950 795 Washington St. Wilmington, MA 01887 Canton, MA 02021 South Easton, MA 02375

Gibsons Joe Squillante Contracting & Roofi Santangelo Flooring Dependable Masonry & Construc 369 Wonter St. Inc. 75 Christopher St. 73 Concord St. Hanover, MA 02339 P.O. Box 560143 Dorchester, MA 02122 North Reading, MA 01864 West Medford, MA 02155

Systems Contracting, Inc. Stanley Roofing Co., Inc. Montle Plumbing & Heating Co., I Chapman Waterproofing Co. Plymouth Industrial Park 42 Mitchell Rd. 432 Jefferson St. 395 Columbia Rd. 7 Scobee Circle Ipswich, MA 01938 Fall River, MA 02721-5111 Boston, MA 02125 Plymouth, MA 02360

A. & A. Window Products, Inc. Groom Construction Co. D.D.S. Industries, Inc. Feeley, McAnespie, Inc. 15 Joseph St. 96 Swampscott Rd. 250 Ace St. P.O. Box 280 Malden, MA 02148-4211 Salem, MA 01970 Fall River, MA 02720 Chelmsford, MA 01824

Allied Waterproofing, LLC Advantage Glass Co., Inc. Gleeson Powers, Inc. Bilt-Rite Construction 80 Hathaway Circle 124 Jewett St. Box 1 Unit 3 P.O. Box 305 150 Shirley St. Cranston, RI 01921 Georgetown, MA 01833 41 Dean Ave. Boston, MA 02119 Franklin, MA 02038-0305

55 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

Automatic Temperature Control Capeway Roofing Systems, Inc. North Shore Steel, Co., Inc. American Service Co., Inc. Corp., A.T.C. P.O. Box 708 P.O. Box 330 20 Fort St. 86 Finnell Drive Building 1 664 Sanford Rd. 16 Oakville St. Quincy, MA 02169 Weymouth, MA 02188 Westport, MA 02790 Lynn, MA 01905

56 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Barnstable, Town of PROJECT NUMBER: 230 South St. Hyannis, MA 02601 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-862-4741 FAX: 508-862-4717 Johanna Boucher EMAIL: [email protected] DESCRIPTION: Centerville Window Replacement Project Phase 2.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Advantage Glass Co., Inc. $84,420.00 1560 Elmwood Ave. Cranston, RI 02910

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Bellingham, Town of PROJECT NUMBER: 09-12.30 60 Harpin St. Bellingham, MA 02019 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-883-1706 ext. 101 FAX: 508-883-1475 Jim Testa EMAIL: [email protected] DESCRIPTION: Annual Electrician Maintenance Services.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Lantern Light & Electric Co. $55,000 (Contract amount is estimated.) 11 Oakview Circle Medway, MA 02053

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Bellingham, Town of PROJECT NUMBER: DHCD FISH 025016 Housing Authority 10 Wrentham Manor Bellingham MA 02019 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-883-4999 FAX: Jan Towne, Acting Exceutive Director EMAIL: [email protected] DESCRIPTION: handicapped ramps at 667-1.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Valenza Construction $78,300 128 Milton St. Dedham, MA 02026

Sub Contract Award:

57 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Boston, City of PROJECT NUMBER: 09-081C Housing Authority 52 Chauncy St. Boston, MA 02111 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-988-4040 FAX: 617-988-4292 Dan Casals EMAIL: DESCRIPTION: Envelope Improvements at Walnut Park Development.

CONTRACT AWARDED TO: CONTRACT AMOUNT: N.E.R. Construction Management Corp. $938,600.00 867 Woburn St. Wilmington, MA 01887

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Huntington, Town of PROJECT NUMBER: Public Library 7 East Main St. Huntington, MA 01050 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 413-667-3506 FAX: 413-667-0088 Margaret L. Nareau EMAIL: [email protected] DESCRIPTION: Awarded a contract for an OPM to advise in the writing of an RFQ/RFP for an architect,advise in the hiring of an architect and to oversee the work of the architect in the writing of schematic plans for a new/renovated library building as stated in the Library Building Needs Assessment Program document.

CONTRACT AWARDED TO: CONTRACT AMOUNT: D.A. Sullivan & Sons, Inc. $17,180.00 82-84 North Main St. Northampton, MA 01060

Sub Contract Award:

58 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Lowell, City of PROJECT NUMBER: 10-21 375 Merrimack St. Lowell, MA 01852 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 978-970-4110 FAX: 978-970-4114 P. Michael Vaughn EMAIL: [email protected] DESCRIPTION: Award for the Construction/Fit-up of 6348 square feet of space for the Registry of Motor Vehicles at the Early Jr. Garage, in strict accordance with the specifications, IFB 10-21, addenda, drawings.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Federal Construction Corp. $432,800 50 Salem St. Building A Lynnfield, MA 01940

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Pittsfield, City of PROJECT NUMBER: 10-029 70 Allen St. Pittsfield, MA 01201 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 413-499-9470 FAX: 413-499-9463 Colleen Hunter-Mullett EMAIL: DESCRIPTION: Design Renovations to the First Street Common.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Vanasse Hangen Brustlin, Inc. $119,904.00 One Federal St. Building 103-3N Springfield, MA 01105

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: South Hadley, Town of PROJECT NUMBER: Public Library 27 Bardwell St. South Hadley, MA 01075 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: FAX: Joseph Rodio, Library Director EMAIL: [email protected] DESCRIPTION: Owners Project Manager for South Hadley Public Library Planning and Design project.

CONTRACT AWARDED TO: CONTRACT AMOUNT: D.A. Sullivan & Sons $18,500 82-84 North St. Northampton, MA 01060

Sub Contract Award:

59 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Springfield, City of PROJECT NUMBER: 10-026 Office of Procurement 36 Court St. Room 405 Springfield, MA 01103 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 413-787-6290 FAX: 413-787-6295 Maria C. Lopez-Santiago EMAIL: [email protected] DESCRIPTION: Locker Room Renovations at the Police Station.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Inglewood Development Corp. $156,900.00 123 Dwight Rd. Longmeadow, MA 01106

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Springfield, City of PROJECT NUMBER: 10-194 Office of Procurement 36 Court St. Room 405 Springfield, MA 01103 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 413-787-6290 FAX: 413-787-6295 Maria C. Lopez-Santiago EMAIL: [email protected] DESCRIPTION: Construct New City Hall Chamber Desks.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Wright Architectural Millwork Corp. $64,220.00 115 Industrial Drive Northampton, MA 01060

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Swansea, Town of PROJECT NUMBER: 700 Wilbur Ave. Swansea, MA 02777 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-676-9097 FAX: 508-676-7452 Robert A. Marquis EMAIL: [email protected] DESCRIPTION: Solar Photovoltaic System.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Fall River Electrical Associates $306,200.00 74 Corneau St. Fall River, MA 02721

Sub Contract Award:

60 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst PROJECT NUMBER: UMA10-29 Procurement Office Goodell Building 140 Hicks Way Room 407 PROJECT TYPE: General Contract Amherst, MA 01035 CONTACT INFORMATION: PHONE: 413-545-0361 FAX: 413-545-1643 Peter E Royer, Associate Director of Procurement EMAIL: [email protected] DESCRIPTION: Chenoweth, Health and Wellness Center, Electrical Upgrades

CONTRACT AWARDED TO: CONTRACT AMOUNT: Souliere & Zepka Construction, Inc. $2,576,661.00 5 Spring St. Adams, MA 01220

Sub Contract Award: 09511 Acoustical: Conn Acoustics, Inc., $43,460. 09900 Painting: David F. Egan Co., Inc., $19,200. 15400 Plumbing: Araujo Brothers Plumbing & Heating, $112,255. 15500 HVAC: B.G. Mechanical Contractors, Inc., $848,800. 16000 Electrical: Goodless Electrical Co., Inc., $539,800.

AWARDING AUTHORITY: AGENCY: Berkshire Community College PROJECT NUMBER: BCC-08-04 1350 West St. Pittsfield, MA 01201-5786 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: FAX: Ms. Ellen Kennedy, Dean of Administration and Finance EMAIL: DESCRIPTION: Architectural Repairs and Renovations at Berkshire Community College, Pittsfield (DSB List #07-05, Item #2).

CONTRACT AWARDED TO: CONTRACT AMOUNT: Dietz & Co. Architects, Inc. $200,000. 17 Hampden St. Springfield, MA 01103

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Bunker Hill Community College PROJECT NUMBER: BHCC-06-12A 250 New Rutherford Ave. Boston, MA 02129 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: FAX: Joseph Steffano EMAIL: DESCRIPTION: Architectural Renovations and Repairs at Bunker Hill Community College, Charlestown (DSB List #05-08, Item #3).

CONTRACT AWARDED TO: CONTRACT AMOUNT: P.C.A. Prellwitz Chilinski Associates, Inc. $250,00. 221 Hampshire St. Cambridge, MA 02139

Sub Contract Award:

61 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Developmental Services, Department of PROJECT NUMBER: DDS 10-09 500 Harrison Ave. Boston, MA 02118 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-624-7887 FAX: 617-624-7576 Sheila O'Brien EMAIL: [email protected] DESCRIPTION: Bathroom Renovations at 6 Elizabeth Pole Drive, Taunton.

CONTRACT AWARDED TO: CONTRACT AMOUNT: S.I. Services, Inc. $20,500.00 163 Leland Ave. Suite 1 Framingham, MA 01702

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Developmental Services, Department of PROJECT NUMBER: DDS 10-12 500 Harrison Ave. Boston, MA 02118 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-624-7887 FAX: 617-624-7576 Sheila O'Brien EMAIL: [email protected] DESCRIPTION: Cooling Tower Replacement at Quinn Program Center at the Wrentham Developmental Center, Wrentham.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Enterprise Equipment Co., Inc. $47,800 276 Libbey Parkway Weymouth, MA 02189

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: L1013-C1 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-3514 FAX: 617-568-3515 Erik Bankey EMAIL: [email protected] DESCRIPTION: Former Rev-Lyn Building demolition and Site Restoration, East Boston.

CONTRACT AWARDED TO: CONTRACT AMOUNT: J.R. Vinagro Corp. $90,640.75 2208 Plainfield Pike Johnston, RI 02919

Sub Contract Award:

62 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: AP1006-C1 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-5950 FAX: 617568-5998 Anthony Saunders EMAIL: [email protected] DESCRIPTION: FY 11-13 Term Painting Contract at Aviation and Non-Aviation Properties in Boston and Bedford.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Bello Painting Co. Inc. $226,142 P.O. Box 316 Milton, MA 02186

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts Building Authority PROJECT NUMBER: UMBA 09-B1 c/o Joslin, Lesser + Associates, Inc. 44 Pleasant St. Watertown, MA 02472 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 617-744-3115 FAX: 617-924-3800 Tim Dorman EMAIL: [email protected] DESCRIPTION: Bayside Expo Center, Boston: Facility Inspection and Physical Conditions Report.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Commercial Construction Consulting, Inc., C3 313 Congress St. Boston, MA 02210

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts Building Authority PROJECT NUMBER: UMBA 08-L2 c/o Joslin, Lesser + Associates, Inc. 44 Pleasant St. Watertown, MA 02472 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 617-744-3112 FAX: Daniel Freeman EMAIL: DESCRIPTION: Massachusetts Medical Device Development Center, UMass Lowell.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Burt Hill, Inc. 303 Congress St. Boston, MA 02210

Sub Contract Award:

63 CR-3 CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: RFP009/02-10/040 Andover, Town of 36 Bartlet St. PROPOSAL DEADLINE DATE AND TIME: Andover, MA 01810 3/25/10 11:00 A.M.

CONTACT INFORMATION: PHONE 978-623-8216 FAX 978-623-8240 Elaine M. Shola, Purchasing Agent Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The Town of Andover is interested in disposing of a Town-Owned Historical Building only, located at 16 Pearson St., Andover. The property is shown on Town of Andover Assessors' Map 159, Parcel 9. This property is comprised of a building only, in as-is condition to be removed from the site by the successful proposer. This building is being offered subject to the provisions of MGL Ch. 30B and MGL Ch. 7 S. 40J regarding disclosure of beneficial interests. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION Proposal packets may be obtained by contacting Elaine M. Shola, Purchasing Agent at the above agency address.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Boston, City of Department of Neighborhood Development (DND) PROPOSAL DEADLINE DATE AND TIME: Bid Counter 26 Court St. 10th Floor 4/8/10 4:00 P.M. Boston, MA 02108

CONTACT INFORMATION: PHONE 617-635-0493 FAX Christopher Rooney, Project Manager Email: TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: 2681-2683 Washington St. (Ward 09, Parcel #03783000), approximately 5,274 square feet, 2679 Rear Washington St. (Ward 09, Parcel #03782000), approximately 214 square feet in the Roxbury district of the City of Boston. This RFP is soliciting proposals to develop the vacant land for residential development. The site, totaling approximately 5,488 square feet of vacant land, is intended for sale by the City pursuant to the RFP. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION The City of Boston, acting by and through its Public Facilities Commission by the Director of the DND, Real Estate Management and Sales Division, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property. RFP package will be available on 2/16/10 at DND Bid Counter, Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.

64 CR-3 CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Dartmouth, Town of Public Schools PROPOSAL DEADLINE DATE AND TIME: Office of the Superintendent 8 Bush St. 3/19/10 12:00 P.M. Dartmouth, MA 02748-3102

CONTACT INFORMATION: PHONE 508-997-3391 FAX 508-991-4184 Manuel Cordeiro, Jr., School Business Administrator Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Applications are being accepted to lease for educational purposes, the Gidley Elementary School building and property located at 1390 Tucker Rd., Dartmouth. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION Proposal response packages will be available on 2/17/10 at the above agency address.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2010 - 01 Holyoke, City of Economic Development and Industrial Corporation (HEDIC) PROPOSAL DEADLINE DATE AND TIME: One Court Plaza Holyoke, MA 01040 3/22/10 10:00 A.M.

CONTACT INFORMATION: PHONE 413-322-5655 FAX 413-534-2299 David Guzman Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Land for Sale: Request for Proposals for three parcels of land known as: Berkshire St., 2.12 acres; Meadow St., 4.03 acres; Whiting Farms Rd., 11 acres. The HEDIC is seeking development proposals, which are consistent with the character of the area and that will stimulate private investment and create jobs. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION All proposed uses will be considered. Preference will be given to proposals consistent with General Industry and Industrial Park Zoning. Applicants must demonstrate the ability to successfully develop the properties. A Request for Proposal containing a more detailed listing of the properties and instructions may be obtained by calling HEDIC at 413-322-5655.

65 CR-3 CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Town of Monson LAND #5 Monson, Town of Conservation Commission PROPOSAL DEADLINE DATE AND TIME: 110 Main St. Monson, MA 01057

CONTACT INFORMATION: PHONE 413-267-4859 FAX 413-267-4859 Leslie A. Duthie Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: To purchase a fee simple interest of 163 +/- acres of land in the Town of Monson, comprised of primarily forestland, part of the site of the former Flynt Quarry and the Quarry Railroad line. This property is unique because of its historic artifacts, historic landscape, numerous hiking trails and the Monson High School cross country course. It is a significant recreational, historic and conservation property. ESTIMATED VALUE, SOURCE OF VALUATION: $380,000.00 ADDITIONAL INFORMATION Beneficial Interests: Joann Cortina.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Nantucket, Town of Memorial Airport Commission PROPOSAL DEADLINE DATE AND TIME: 14 Airport Rd. Nantucket, MA 02554 3/19/10 2:00 P.M.

CONTACT INFORMATION: PHONE 508-325-5303 FAX 508-325-5306 Janine M Torres Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Disposition by Lease of up to 5.5 acres of CI Land included on Map 69 Parcel 3.1 on Sun Island Rd., Nantucket. Minimum five Year Lease up to a maximum 20 Years with annual CPI-W increases and five year fair rental value appraisals. ESTIMATED VALUE, SOURCE OF VALUATION: $958,320, Five year term on 5.5 acres. ADDITIONAL INFORMATION Estimated Value Based on rental value appraisal of 80 cents per square foot.

66 CR-3 CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 482-0-L04 New Bedford, City of Purchasing Department PROPOSAL DEADLINE DATE AND TIME: 133 William St. Room 208 New Bedford, MA 02740 3/22/10 3:00 P.M.

CONTACT INFORMATION: PHONE 508-979-1433 FAX 508-991-6148 Jennifer Ventura Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The City of New Bedford, acting by and through its Airport Commission, solicits sealed proposals for the management and operation of its automobile parking facility at the New Bedford Regional Airport located in the City of New Bedford. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 630-0-L03 New Bedford, City of 133 William St. PROPOSAL DEADLINE DATE AND TIME: New Bedford, MA 02740 3/22/10 2:00 P.M.

CONTACT INFORMATION: PHONE 508-979-1432 FAX 508-991-6148 Debra L. Travers Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The City of New Bedford is seeking bids for the lease of space to operate a Downtown Senior Center. Approximately 2,000 square feet, handicap accessible, kitchen and other amenities required. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION

67

DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE OFFICE OF LEASING AND STATE OFFICE PLANNING ONE ASHBURTON PLACE, 14th FLOOR – ROOM 1411 BOSTON, MASSACHUSETTS 02108 617-727-8000

WEEK OF FEBRUARY 14, 2010 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. Location Ft.(USF)

02/18/10 200966000.1 The Executive Office 46,600 to house the Revere, Chelsea, East Boston or 2:00 PM Office of Health & three agencies1 Winthrop

Human Services and its Department OR of Children and Families, 33,200 for the Department of Department of Transitional Children and Assistance, and Families and the MassHealth Department of Transitional Assistance1

OR

14,200 for MassHealth2

03/03/10 201012000.1 Massachusetts Office 2,900 Chicopee or Springfield 2:00 PM Teachers’ Retirement System

Page 2

03/04/101 200962000.1 The Executive Office and A total of 112,600 Boston or Cambridge, as further defined 2:00 PM Office of Health & Records as follows: in Map Attachment C-5 in the RFP Human Services Storage 106,000 of Office and its Department and of Transitional 6,600 of Records Assistance, Storage Department of Children and Families, Department of Youth Services, and Office for Refugees and Immigrants

03/24/10 201017000.1 Office of Consumer Metrology 4,100 Braintree, Canton, Dedham, Needham, 2:00 PM Affairs & Business Lab Norwood, Quincy, Randolph, Regulations/ Stoughton or Westwood Division of Standards, Metrology Lab

03/25/101 201019000.1 Department of Office 16,300 Waltham, Brighton, Cambridge, 2:00 PM Developmental Dedham, Natick, Needham, Newton, Services Somerville or Watertown

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 Five year term

PUBLIC NOTICE

MASSACHUSETTS DEP AR TMENT OF ENVIRONMENTAL PROTECTION SOUTHEASTERN REGIONAL OFFICE BUREAU OF RESOURCE PROTECTION WATER POLLUTION CONTROL 20 RIVERSIDE DRIVE LAKEVILLE, MASSACHUSETTS 02347 TEL: (508) 946-2750

Pursuant to Chapter 21, Section 43 of the General Laws, and Regulations 314 CMR 7.00 and 2.06, notice is given of the following application(s) for sewer extension or connection permits and proposed actions thereon:

CITY/TOWN OF: Fall River / Freetown

PROJECT NAME: South Coast BioPark

APPLICANT: Attorney William Kenney, Chairman, Fall River Redevelopment Authority

LOCATION: Various roads within the South Coast BioPark

PURPOSE: Sewer connection and extension to service the proposed South Coast BioPark

TRANSMITTAL NO: X230272 and X230273

PROPOSED ACTION: Tentative Determination to Issue.

The above application(s) and applicable laws, regulations and procedures are available for inspection at the above address. Comments on the proposed actions or requests for a public hearing on the proposed actions must be received at the above address within thirty (30) days of this notice.

This information is available in alternate format. Call Donald M. Gomes, ADA Coordinator at 617-556-1057. TDD Services - 1-800-298-2207.

Jeffrey E. Gould Bureau of Resource Protection ~ The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWAN GOVERNOR Fax: (617) 727-5363 SECRETARY ADMINISTRATION & FINANCE TIMOTHY P. MURRAY DAVID B. PERINI WEtrrENANT GOVERNOR COMMISSIONER

CONTRACTORS DEBARRED OR SUSPENDED BY THE DIVISION OF CAPITAL ASSET MANAGEIV1ENT

** Please note that this list consists only of individuals andfirms debarred by the Division of Capital Asset Management pursuant to G.L. c. 29, §29F and G.L. c. 149, §44C. The Massachusetts Office of the Attorney General maintains a separate list of additional individuals andfirms debarred by that office that is available in the Central Register or by contacting the Attorney General's Office directly at (617) 727-2200 x. 3277. The United States Government also maintains a list of contractors debarred by federal agencies which is available on the internet at httD://enls.arnet.gov

"''''Public awarding authorities are advised to check all three lists. Applicable law prohibits firms 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 proposalsfrom debarred individuals andfinns and prohibits execution, renewal or extension of contracts with an individual orfinn debarred by any of the above referenced governmental entities.

No Firms Are Currently Debarred by the Division of Capital Asset Management, check the resources listed above for other debarments.

«;4 THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 Attorney General www.ago.state.ma.us

DEBARMENT LIST: November 18, 2009

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. TMJ Construction Corporation, and its owner, Michael Jenkins, both of 72 Amherst Road., Merrimack, NH, 03054, are debarred for a period of 5 years beginning April 13, 2006 through April 12, 2011.

3. James A. Curran, of 7 Curran Lane, Holyoke, MA 01040, is debarred for a period of 5 years beginning April 5, 2006 through April 4, 2011.

4. 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.

5. Edward J. Brooks Painting, Inc. and its President, Edward J. Brooks, Jr., both of 20 Marlboro Street, Maynard, MA 01854, are debarred for a period of 3 years, as provided for by M.G.L. chapter 149 § 27C, beginning March 15, 2007 through March 14, 2010.

6. Shannon Construction Corporation, of 15 Speedway Avenue, Brighton, MA 02134 and Laurence Moloney, its owner, of 15 Highgate Road, Wayland, MA 01778, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties from March 20, 2008 through March 19, 2011.

7. Floor Sanders and Finishers of Massachusetts and Verouj Nersesian, both of 214 Lincoln Street, Allston, MA 02134, 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, 2010.

8. 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.

1 9. 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.

10. Excel Insulation Company, Inc. and Goce Gjoroski, both of 2282 Hamburg Turnpike, Wayne, NJ, 07470, are debarred pursuant to M.G.L. c.152, §25C beginning January 27, 2009 through January 26, 2010.

11. Homer Contracting and Ekatenni Bouboulis, both of 195 Broadway Arlington, MA 02174, are debarred pursuant to M.G.L. c.152, §25C beginning February 23, 2009 through August 22, 2010.

12. Emery Construction and Brett S. Emery, both of 19 Kelly Road, Salem, MA 01970, are debarred pursuant to M.G.L. c. 149, § 27C beginning December 17, 2008 through December 16, 2009.

13. G. V. W., Inc. and George V. Wattendorf, both of 1200 Bennington Street, East Boston, MA 02128, are debarred pursuant to M.G.L. c.149, §27 and M.G.L. chapter 149, § 27B beginning February 18, 2009 through February 17, 2010.

14. J. Macc Construction and James Carney, both of 62 Freetown Road, #24, Raymond, NH, 03077, are debarred pursuant to M.G.L. c. 149, § 27C beginning March 31, 2009 through March 30, 2010.

15. Wachuestts Concrete and Richard A. Wackell, its owner, both of 2046 Main Street, Jefferson, MA 01522, are debarred pursuant to M.G.L. c. 149, § 27C beginning April 26, 2009 through April 25, 2010.

16. Garcia Drywall, Inc. of 20 Query Street, New Bedford, MA 02740 and Emanuel Garcia, its owner, are debarred pursuant to M.G.L. c.149, §27 and §27C beginning May 27, 2009 through May 26, 2010.

17. American East Painting, Inc. of 56 Ballou Avenue, Dorchester, MA 02124 and Anthony Celestine, its owner are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning August 4, 2009 through August 3, 2010.

18. SRS Contractors, Inc. of 153 Winthrop Avenue, Lowell, MA 01851, Sina Min and Sambeth Yim, its owners, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning September 29, 2009 through September 28, 2010.

19. National Abatement of P.O. Box 4386, Peabody, MA 01960 and Jimmy Net, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 1, 2009 through September 30, 2010.

2 20. 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.

21. Payne Contracting company, Inc. and Emmanuel M. Payne, its owner, both of 34 Mallon Road, Apartment 1, Dorchester, MA 02121, are debarred pursuant to M.G.L. c. 149, § 27C beginning September 29, 2009 through September 28, 2010.

22. Trend Systems, LLC, of 29 Railroad Avenue, Merrimack, NH 03054 and Muhamed Bejtovic, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning October 9, 2009 through October 8, 2010.

23. Lima Drywall, LLC, of 1 Grant Way, Yarmouth, MA 02673 and Leonardo Lima, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning November 12, 2009 through November 11, 2010.

3 ~ THE COMMONWEALTH OF MASSACHUSETTS Department of Industrial Accidents :;1 .. '; 600 Washington Street, 7th Floor ~I----~. Q --."--. Boston, Massachusetts 02111 ~ ~~., ~o,j •••••, J ~'IJ---1•<:1 '~d DEVAL L. PATRICK PAUL V. BUCKLEY Governor Commissioner

TIMOTHY P. MURRAY Lieutenant Governor

Department of Industrial Accidents Debarment List

Under the provisions of the Workers' Compensation Law, Massachusetts Genem1 Laws, Chapter 152, Section 25C (10), once a business has been issued a Stop Work Order by the Department ofIndustrial Accidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for a period of three (3) years and, where applicable, is subject to penalties provided under M.G.L., Chapter 152, Section 25C (5), which provides for imprisonment for not more than one year or by a fine of not more than one thousand five hundred dollars, or by both such fine and imprisonment.

Companies currently on the debannent list can be found on tlle following link:

http://www .mass. govIElwdl docs/ dialinvestigations/ debarment _list.x1s The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWAN GOVERNOR Fax: (617) 727-5363 SECRETARY, ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINI LIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT

The following contractors are decertified by the Division of Capital Asset Management from bidding on public building work pursuant to M.G.L. Chapter 149. To determine if a contractor is currently certified by DCAM, please check for the contractor’s name on DCAM’s certified contractors’ listings (at www. mass.gov/dcam under Contractor Certification on the “Related Links” menu). In addition, if you are seeking information on debarred contractors specifically, please be sure to also check information posted by state agencies in the Secretary of State’s Central Register publication, as well as with the Massachusetts Attorney General’s Office, Department of Industrial Accidents, and Massachusetts Highway Department. These agencies and their contact information can be found at the State of Massachusetts web site accessed at www.mass.gov.

Contractor: Eagle Eyes Contractor, Inc. 366 Riverside Avenue Medford, MA 02155 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149,§44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: December 2, 2009 End Date: Reapplication not before October 27, 2010

Contractor: Keystone Elevator Company, Inc. 320 Libbey Industrial Parkway Weymouth, MA 02189 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: September 13, 2002 End Date: Until further notice

Contractor: The Tyree Organization, Ltd. 9 Otis Street Westborough, MA 01581 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: November 1, 2002 End Date: Reapplication not before July 23, 2010 The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWAN GOVERNOR Fax: (617) 727-5363 SECRETARY, ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINI LIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (continued)

Contractor: EastCoast General Contractors, Inc. 150 Westford Road, Unit #6 Tyngsboro, MA 01879 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: August 14, 2007 End Date: Reapplication not before July 23, 2010

Contractor: Atlantic Construction and Restoration, Inc. 59 Doane Street, Unit #7 Lowell, MA 01851 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: May 20, 2008 End Date: Reapplication not before July 23, 2010

Contractor: W.P.I. Construction, Inc. 4 Tanner Road Webster, MA 01570 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: January 15, 2009 End Date: Reapplication not before January 15, 2010 The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWAN GOVERNOR Fax: (617) 727-5363 SECRETARY, ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINI LIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (continued)

Contractor: Brait Builders Corporation 506 Plain Street Marshfield, MA 02050 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: November 21, 2008 End Date: Reapplication not before November 21, 2009

Contractor: TLT Construction Corp. One Pope Street Wakefield MA 01880 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: November 20, 2008 End Date: Reapplication not before February 20, 2010

Contractor: Cape Cod Builders and General Contracting, Inc. 7 Herring Pond Road Plymouth, MA 02360 Decertified By: Division of Capital Asset Management Authority: G.L. c. 149,§44D Restrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149 Effective Date: March 20, 2008 End Date: Reapplication not before March 20, 2009

COMMONWEALTH OF MASSACHUSETTS DEPARTMENT OF BUSIN ESS AND TECHNOLOGY STATE OFFICE OF MINORITY AN D WOMEN BUSINESS ASSISTANCE Massachusetts Transportation Building Ten Park Plaza, Suite 3740, Boston, MA 02116

www.mass.gov\somwba Telephone DEVAL L. PATRICK (617) 973-8692 GOVERNOR Facsimile TIMOTHY P. MURRAY (617) 973-8637 LIEUTENANT GOVERNOR COMPANIES CERTIFIED BY THE STATE OFFICE MINORITY AND WOMEN BUSINESS ASSISTANCE

Company: ELAD Industrial Insulation, Inc. Ms. Tatiana Shlepakov 331 Mountain Street Sharon, MA 02067 339-230-0707 Fax: 339-230-0708 [email protected] Certified By: State Office Minority and Women Business Assistance Classification: WBE Effective Date: February 4, 2010

Company: Fulfillment Plus, Inc. d/b/a: FFP Global, Inc. Ms. Elise Chow 201 Flanders Road Westborough, MA 01581 508-475-0931 Fax: 508-475-0488 [email protected] http://www.ffpglobal.com Certified By: State Office Minority and Women Business Assistance Classification: MBE and WBE Effective Date: February 3, 2010

Company: G.E.D. Sales Co., Inc. Ms. Maria Paulino 2 King Philip Place Foxborough, MA 02035 508-543-4553 Fax: 508-543-4523 [email protected] Certified By: State Office Minority and Women Business Assistance Classification: WBE Effective Date: February 4, 2010

Company: Lynch Associates, Inc. Mr. Jarrod Gomes 10 Liberty Square, 5th Floor Boston, MA 02109 617-574-339 Fax: 617-695-0173 [email protected] http://www.lynchassociates.net Certified By: State Office Minority and Women Business Assistance Classification: WBE Effective Date: February 2, 2010

COMMONWEALTH OF MASSACHUSETTS DEPARTMENT OF BUSIN ESS AND TECHNOLOGY STATE OFFICE OF MINORITY AN D WOMEN BUSINESS ASSISTANCE Massachusetts Transportation Building Ten Park Plaza, Suite 3740, Boston, MA 02116

www.mass.gov\somwba Telephone DEVAL L. PATRICK (617) 973-8692 GOVERNOR Facsimile TIMOTHY P. MURRAY (617) 973-8637 LIEUTENANT GOVERNOR COMPANIES CERTIFIED BY THE STATE OFFICE MINORITY AND WOMEN BUSINESS ASSISTANCE

Company: Rogers Industries, LLC Mr. Dorian Rogers 4800 Coyle Road, Apt. 507 Owings Mills, MD 21117 410-541-9567 Fax: 410-902-1155 [email protected] Certified By: State Office Minority and Women Business Assistance Classification: MBE Effective Date: February 4, 2010

The Commonwealth of Massachusetts Executive Office of Administration and Finance Designer Selection Board 1 Ashburton Place, 10th Floor, Room 1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE #10-03 February 17, 2010

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 #10-03. Applicants are requested to submit a separate Designer Selection Board Application 2005 Form (16 COPIES) for each project for which they wish to be considered. PLEASE NOTE THAT THE NEW APPLICATION FORM ISSUED AS OF JANUARY 1, 2000 HAS BEEN REVISED. The new revised form is entitled DSB 2005 Application Form. An electronic copy of the new DSB 2005 Master File Brochure and the new DSB 2005 Application Form in Microsoft Word for Windows ® 97 is available from the Web site address http://www.mass.gov/dcam. 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 List #10-03 is 2:00 p.m., WEDNESDAY, March 10, 2010. Copies of the advertisements may be found on the web by going to the DCAM web-site at http://www.mass.gov/dcam. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. Please utilize return receipt, registered, or certified mail if acknowledgment of delivery of application(s) is desired. *Forms which may be reproduced can be picked up free of charge on regular work days between 8:45 a.m. – 4:30 p.m. at the above address. Bearer must prepare his own receipt for hand delivered data if a receipt is desired.

This Public Notice, including attachments, may be duplicated by any and all interested persons and is being furnished to the following societies for their information and disposition:

Please note the following: This Public Notice #10-03 includes: (a) the procedures for conforming to Executive Order #390 (Minority and Women Owned Business Participation)

ALL APPLICATIONS MUST BE SUBMITTED ON THE NEW DSB 2005 APPLICATION FORM (ENCLOSED HEREIN) FAILURE TO DO SO WILL BE THE BASIS FOR REJECTION OF YOUR APPLICATION.

Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD

The Commonwealth of Massachusetts Executive Office of Administration and Finance Designer Selection Board 1 Ashburton Place, 10th Floor, Room #1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE

TO: Boston Herald One Herald Square, Legal Ads Boston, 02106 Worcester Telegram 20 Franklin Street, Legal Ads Worcester, 01609 The Republican 1860 Main Street, Legal Ads Springfield, 01101 Berkshire Eagle P.O. Box 1171, Legal Ads Pittsfield, 01202-1171 New Bedford Standard Times 25 Elm Street, Legal Ads New Bedford, 02742 Brockton Enterprise 15 Pacella Park Drive, Legal Ads Randolph, 02368 Patriot Ledger 15 Pacella Park Drive, Legal Ads Randolph, 02368 Lowell Sun 491 Dutton Street, Legal Ads Lowell, 01854 North Adams Transcript 124 American Legion Drive, Legal North Adams, 01247 Cape Cod Times P.O. Box 550, Legal Ads Hyannis, MA 02601 Nashoba Publications P.O. Box 362, Legal Ads Ayer, MA 01432 Fitchburg Sentinel & Enterprise 808 Main Street, Legal Ads Fitchburg, MA 01420

FROM: Designer Selection Board

DATE: February 9, 2010

SUBJECT: Classified Legal Advertisement

On February 19, 2010, 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 #8627.

______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 #10-03, dated February 17, 2010 describing 02 Division of Capital Asset Management and Maintenance projects is now available at http://www.mass.gov/dcam.

PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

APPLICANTS PLEASE NOTE:

The following requirements were implemented on the following dates and continue to be requirements.

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.

April 2005:

• Please note New DSB 2005 Application Form. • Applicants are now required to respond to Question #10 as noted on page 7 of the application form. • It is a requirement that all applicants supply signed DSB SC-A's (SUB-CONSULTANT ACKNOWLEDGEMENT) for each listed sub-consultants stating that they are aware and agree to being nominated by said applicant. One Copy of which must have an original signature. This form is now the last page of the DSB Application 2005. • Failure to supply above documents may result in rejection of application. • Please note New DSB 2005 Master File Brochure • New Section on the Web: Most Common Mistakes On Applications at (http://www.mass.gov/dcam)

October 2003:

Please be advised that only those consultants listed in the advertisement should be nominated in the application by the Prime consultant. Any MBE/WBE requirement should be met within the requested consultant list. Utilizing consultants not requested in order to fulfil the MBE/WBE is unacceptable and will severely limit the Prime's chances of being appointed to the project.

DSB 2005 MASTER FILE BROCHURE

In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure as specified on the new DSB Master File 2005 Brochure, (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.

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 Master File Brochure Data or the DSB 2005 Master File Brochure in the format required, and at least annually, continuously update same.

2. Updating of the DSB 2005 Master File Brochure 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 DCAM Standard Contract for Final Design and Contract Administration Services (Revised 12/07, replaces the former DCAM Form C-2 Contract for Design Services) or the DCAM Standard Contract for Studies, Programs, Master Plans & Reports, DCAM Form C-3 if applicable.

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, study, 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 18 of the standard design contract, i.e. minimum coverage of $250,000 and maximum coverage of $1,000,000.

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 Executive Order #390 as implemented by the Division of Capital Asset Management and Maintenance establishing goals for minority business enterprise (MBE) and women business enterprise (WBE) participation on all design contracts unless otherwise noted. (See attached pages 6-10)

b. The Minority Business Enterprise and Woman Business Enterprise participation goals established for each contract are set forth on the first page of the “Designer Selection Board Project Criteria” solicitation for that contract.

- 3 -

PARTICIPATION BY MINORITY OWNED BUSINESSES AND WOMAN OWNED BUSINESSES

Pursuant to Executive Order 390, 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/User Agency 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 (“SOMWBA”). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SOMWBA.

Certification as a disadvantaged business enterprise (“DBE”), certification as an M/WBE by any agency other than SOMWBA, or submission of an application to SOMWBA 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 SOMWBA. Information is available from SOMWBA, Ten Park Plaza, Room 3740, Boston, MA 02116 (617) 973-8692, and on the Internet at .

IDENTIFICATION OF M/WBE PARTICIPANTS BY THE SELECTED DESIGNER

The current SOMWBA 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 SOMWBA 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 SOMWBA 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 SOMWBA 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.

- 5 - • A statement of the response received from each M/WBE solicited, including the reason for rejecting any M/WBE who submitted a proposal. • Evidence of efforts made to assist M/WBEs that need assistance in obtaining bonding, insurance, or lines of credit with suppliers if the inability of M/WBEs to obtain bonding, insurance, or lines of credit is a reason given for the 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 SOMWBA 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 SOMWBA 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 MBE or Describe MBE/WBE Total Dollar Value of & Address WBE Scopes of Work 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 SOMWBA 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 SOMWBA to perform the work identified below, and has not changed its minority/women ownership, control, or management without notifying SOMWBA within thirty (30) days of such a change. Attached is a copy of the most recent SOMWBA 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 -

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS

1. As of 04/05, the application forms required for submissions to the Designer Selection Board have been updated. The new forms are as follows: DSB Mater File Brochure is replaced by the DSB 2005 Master File Brochure (included herein); DSB Application is replaced by the DSB 2005 Application Form (included herein). All specific project applications must be submitted on the new DSB 2005 Application forms. Submissions that are on the old Form 2000 will not be accepted.

2. An electronic copy of the new DSB 2005 Master File Brochure and the new DSB 2005 Application Form in Microsoft Word for Windows 97 is available for download from the Web site address: http://www.mass.gov/dcam.

3. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Information in excess of three pages, unless otherwise noted in the Public Notice Advertisement, may be the basis of rejection. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 15 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 looks for registration in the disciplines listed in order to satisfy DCAM contract requirements.

9. Eligibility requirements are set forth on page 5 of 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 SOMWBA Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the applicant's credibility if the firm applies for every job advertised when only marginally qualified.

13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.

14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed.

15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together.

16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.

NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual available on the Web site: http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf.

- 10 - Commonwealth of 1. Firm Name (or if not an entity, individual’s name), and Business Address 2. Year Present Firm Established: 3. Date Prepared: Massachusetts DSB 2005 4. Specify type of ownership and check 1, 2 or 3 below, if applicable. Master File Brochure Telephone No.: ‰ (1) SOMWBA Certified minority business enterprise (MBE)

1a. Submittal is for Parent Company Branch or Subsidiary Office ‰ (2) SOMWBA Certified woman business enterprise (WBE)

1b. Federal ID#: ‰ (3) SOMWBA 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 ( )

DSB 2005 Master File Brochure Page 1 10. Summary of Professional Services Fees Received: Ranges of Professional Services Fees (insert Index number) Last 5 Years (most recent year first) INDEX 2005 2004 2003 2002 2001 1. Less than $100,000 5. $1 million to $2 million Federal Work 2. $100,000 to $250,000 6. $2 million to $5 million Commonwealth of Massachusetts work 3. $250,000 to $500,000 7. $5 million to $10 million All other domestic and foreign work 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 Microclimatology; Tropical Engineering 100 Special Environments; Clean Rooms, Etc. 002 Aerial Photogrammetry 038 Forestry & Forest Products 066 Military Design Standards 101 Structural Design; Special Structures 003 Agricultural Development; Grain Storage; 039 Garages; Vehicle Maintenance Facilities; 067 Mining and Mineralogy 102 Surveying; Platting; Mapping; Flood Plain Farm Mechanization Parking Decks 068 Missile Facilities (Silos; Fuels; Transport) Studies 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 Modular Systems Design; Pre-fabricated 103 Swimming Pools 005 Airports; Navaids; Airport Lighting; 041 Graphic Design 104 Storm Water Handling & Facilities Aircraft Fueling 042 Harbors; Jetties, Piers, Ship Terminal Facilities 070 Naval Architecture; Off-Shore Platforms 105 Telephone Systems (Rural; Mobile 006 Airports; Terminals & Hangars; Freight Structures or Components 071 Nuclear Facilities; Nuclear Shielding Intercom, ; Etc.) Handling 043 Heating, Ventilating, Air Conditioning 072 Office Buildings; Industrial Parks 106 Testing & Inspection Services 007 Arctic Facilities 044 Health Systems Planning 073 Oceanographic Engineering 107 Traffic & Transportation Engineering 008 Auditoriums & Theaters 045 Highrise; Air-Rights-Type Buildings 074 Ordnance; Munitions; Special Weapons 108 Towers (Self-Supporitng & Guyed Systems) 009 Automation; Controls; Instrumentation 046 Highways; Streets; Airfield Paving; Parking Lots 075 Petroleum Exploration; Refining 109 Tunnels & Subways 010 Barracks; Dormitories 047 Historical Preservation 076 petroleum and Fuel (Storage and Distribution) 110 Urban Renewals; Community Development 011 Bridges 048 Hospital and Medical Facilities 077 Pipelines (Cross-Country - Liquid & Gas) 111 Utilities (Gas & Steam) 012 Cemeteries 048A Medical Facilities - Mental Health 078 Planning (Community, Regional 112 Value Analysis; Life-Cycle Costing 013 Chemical Processing & Storage 048B Medical Facilities - Acute Care 079 Planning (Site, Installation, and Project) 113 Warehouses & Depots 014 Churches; Chapels 048C Medical Facilities - Ambulatory Care, Clinics 080 Plumbing and Piping Design 114 Water Resources; Hydrology; Ground Water 015 Codes; Standards; Ordinances 049 Hotels, Motels 081 Pneumatic Structures, Air-Support Buildings 115 Water Supply; Treatment and Distribution 016 Cold Storage; Refrigeration; Fast Freeze 050 Housing (Residential, Multi-Family; 082 Postal Facilities 116 Wind Tunnels; Research/Testing Facilities 017 Commercial Building (low rise); Shopping Apartments; Condominiums) 083 Power Generation, Transmission, Distribution Design

Centers 050A Housing - Residential Mental Health 084 Prisons & Correctional Facilities 117 Zoning; Land Use Studies

018 Communication Systems; TV; Microwave 050B Housing - Resid. Mental Ret. /Group Home 084A Correctional Facilities - Minimum Security 201

019 Computer Facilities; Computer Service 050C Housing - Elderly 084B Correctional Facilities - Medium Security 202

020 Conservation and Resource Management 050D Housing - Assisted Living 084C Correctional Facilities - Maximum Security 203

021 Construction Management 051 Hydraulics and Pneumatics 084D Correctional Facilities - Youth Detention 204

022 Corrosion Control; Cathodic Protection; 052 Industrial Buildings; Manufacturing Plants 084E Public Safety Facilities - Police/Fire Stations 205

Electrolysis 053 Industrial Processes; Quality Control 084F Public Safety Facilities – Training

023 Cost Estimating 054 Industrial Waste Treatment 085 Product, Machine & Equipment Design

024 Dams (Concrete; Arch) 055 Interior Design; Space Planning 086 Radar; Sonar; Radio & Radar Telescopes

025 Dams (Earth; Rock); Dikes; Levees 055A Facilities Management 088 Recreation Facilities ( Parks, Marinas, Etc.)

026 Desalination (Process & Facilities) 056 Irrigation; Drainage 088A Recreation Facilities - Ice Rinks

027 Dining Halls; Clubs; Restaurants 057 Judicial and Courtroom Facilities 088B Recreation Facilities - Senior/Community Centers

028 Ecological & Archeological Investigations 058 Laboratories; Medical Research Facilities 088C Park Support Facilities (Bath House; Visitor Center)

029 Educational Facilities; Classrooms 058A Laboratories; Commercial 089 Rehabilitation (Buildings; Structures; Facilities)

029A Educational Facilities; Higher Ed 058B Laboratories; Higher Ed Research Sciences 090 Resource Recovery; Recycling

029B Educational Facilities; Secondary Ed 058B Laboratories; Heavy Equipment 091 Radio Frequency Systems & Shieldings

029C Educational Facilities; Elementary Ed 058C Laboratories; Pathology, Medical Examiner 092 Rivers; Canals; Waterways; Flood Control

029D Educational Facilities; Child Day Care 058D Laboratories; Crime Investigation 093 Safety Engineering; Accident Studies, OSHA Studies

030 Electronics 059 Landscape Architecture 094 Security Systems; Intruder & Smoke Detection

031 Elevators; Escalators; People Movers 060 Libraries; Museums; Galleries 095 Seismic Designs and Studies

032 Energy Conservation; New Energy Sources 061 Lighting (Interiors; Display; Theatre, Etc.) 096 Sewage Collection, Treatment and Disposal

032A Sustainable Design 062 Lighting (Exteriors) 097 Soils & Geologic Studies; Foundations

033 Environmental Impact Studies, 063 Materials Handling Systems; Conveyors; 098 Solar Energy Utilization

Assessments or Statements Sorters 099 Solid Wastes; Incineration; Land Fill

034 Fallout Shelters; Blast-Resistant Design 064 Metallurgy 099A Hazardous materials Abatement

035 Field Houses; Gyms; Stadiums

036 Fire Protection

DSB 2005 Master File Brochure Page 2 11. Profile of Firm’s Project Experience, Last 5 Years

Profile Code No. of Projects Total Gross Fees Profile Code No. of Projects Total Gross Fees Profile Code No. of Projects Total Gross Fees (in thousands) (in thousands) (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).

Role Phases Completion Date Profile Owner Name & Address (Include Contact Project Cost

P, C, JV St., Sch., D.D., Project Name, Location & Principal-in-Charge (Actual or Estimated)

Code name and phone number) (in thousands)

* C.D.,A.C. * (R)Renovation or (N)New 1.

2.

3.

4.

5.

6.

7.

DSB 2005 Master File Brochure Page 3 8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

18.

19.

DSB 2005 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). Role Phases Profile Owner Name & Address (Include Contact Project Cost Completion Date P, C, JV St., Sch., D.D., Project Name, Location & Principal-in-Charge Code name and phone number) (in thousands) (Actual or Estimated) C.D.,A.C. (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

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, 15. 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

DSB 2005 Master File Brochure Page 5

1. Project Name/Location for Which Firm is Filing: 2a. DSB # Item # Commonwealth of

Massachusetts DSB 2005 Application Form 2b. Mass. State Project # (Updated May 2009) 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):

3h. Check Below If Your Firm Is Either: (1) SOMWBA Certified Minority Business Enterprise (MBE) ‰

Email Address: (2) SOMWBA Certified Woman Business Enterprise (WBE) ‰

Telephone No: Fax No.: (3) SOMWBA 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 May 2009 DSB 2005 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 Project Manager for Study Principal-In-Charge

Project Manager for Design

Discipline Discipline (from advertisement) (from advertisement) (from advertisement) (from advertisement) Discipline Discipline Name Of Firm Name Of Firm Name Of Firm Name Of Firm Person In Charge Of Discipline Person In Charge Of Discipline Person In Charge Of Discipline Person In Charge Of Discipline Mass. Registr. # Mass. Registr. # Mass. Registr. # Mass. Registr. # MBE/WBE Certified (If MBE/WBE Certified (If MBE/WBE Certified (If MBE/WBE Certified (If Applicable) Applicable) Applicable) Applicable)

Updated May 2009 DSB 2005 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: c. Name And Address Of Office In Which Individual Identified In 7a Resides:

MBE ‰ 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 h. Other Experience And Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed, If Not Current Firm): Which Employed , If Not Current Firm):

WBE

Updated May 2009 DSB 2005 Application Form Page 3

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 8a. Up To But Not More Than 5 Projects). a. Project Name And Location b. Brief Description Of Project And c. Client’s Name, Address And Phone d. Completion e. Project Cost (In Thousands) Principal-In-Charge Services (Include Reference To Areas Number. Include Name Of Contact Person Date (Actual Construction Fee For Work For Of Experience Listed In DSB Or Estimated) Costs(Actual, Or Which Firm Was Advertisement) Estimated If Not Responsible. Completed) (1)

(2)

(3)

(4)

(5)

Updated May 2009 DSB 2005 Application Form Page 4

List Current And Relevant Work By Sub-Consultants Which Best Illustrates Current Qualifications In The Areas Listed In The Advertisement (Up To But Not More Than 5 Projects For Each Sub- 8b. 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 b. Brief Description Of Project And c. Client’s Name, Address And Phone d. Completion e. Project Cost (In Thousands) Principal-In-Charge Services (Include Reference To Number (Include Name Of Contact Person) Date (Actual Construction Fee for Work for Areas Of Experience Listed In DSB Or Estimated) Costs (Actual, Or Which Firm Was Advertisement) Estimated If Not Responsible Completed) (1)

(2)

(3)

(4)

(5)

Updated May 2009 DSB 2005 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. Construction Costs Phases Completion Date Role Awarding Authority (Include Contact Name And (Actual, Or P, C, JV St., Sch., D.D., Project Name, Location And Principal-In-Charge: (Actual or Estimated) Phone Number) Estimated If Not * C.D.,A.C. * (R)Renovation or (N)New Completed) 1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

* 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 May 2009 DSB 2005 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.

11. Professional Liability Insurance:

Name of Company Aggregate Amount Policy Number

Provide A List Of All Projects On Which Monies Were Paid By You, Or On Your Behalf, As A Result Of Professional Liability Claims Occurring Within The Last 5 Years And In Excess Of 12. $50,000 Per Incident. Please Include Project, Client Names And Explanation. (Attach Separate Sheet If Necessary): Please answer “yes” or “no”. If “yes” please give details.

13. Name Of Sole Proprietor Or Names Of All Firm Partners And Officers: Expiration Date Name Title MA Reg # Name Title MA Reg # a.

b. Status/Discipline c. Status/Discipline 14. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # Name Title MA Reg # d. a. e. b. Status/Disciplinef. c. Status/Discipline 15. Names Of All Owners (Stocks Or Other Ownership): Name And Title % Ownership MA Reg.# d. Name And Title % Ownership MA Reg.# a. e. b. Status/Disciplinef. c. Status/Discipline 16. I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a “Designer”, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to constructiond. 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 sworne. to by the undersigned under the pains and penalties of perjury. f.

Submitted By ______(Signature) Printed Name And Title Date

The following forms MUST be attached to only ONE (ORIGINAL Copy) application: 1. SOMWBA Certification required for MBE/WBE Firms; 2. Sub-Consultant Acknowledgment.

Updated May 2009 DSB 2005 Application Form Page 7

DSB 2005 Commonwealth of Massachusetts S-CA Designer Selection Board 2005 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.

Updated May 2009 DSB 2005 Sub-Consultant Form

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

LAST DATE FOR FILING APPLICATION IS: March 10, 2010 at 2:00 PM

The Board recommends applications to be submitted by any of the following firms:

( X ) Architect ( ) Engineer ( X ) Architect/Engineer (A/E) ( ) Other:

PROJECT NUMBER: HSD1001 ST1

PROJECT TITLE: HSD – Pre-Release / Reentry Center – Expansion (Study)

PROJECT LOCATION: Northampton

AWARDING AGENCY: Division of Capital Asset Management (DCAM)

APPROPRIATION SOURCE: Chapter 304, Section 2D, Acts of 2008: 8900-8500

AVAILABLE AMOUNT: $10,550,000

ESTIMATED CONSTRUCTION COST: $7,000,000 (Preliminary Estimate)

TOTAL FEE, excluding reimbursables or any authorized per diem payments, based on scope of work and services authorized if project is completed.

( X ) Lump Sum Established Set Fee for Study Phase Per M.G.L. C.7, §38G(a) $80, 000 dollars ( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, §38G(a), based on the approved estimated construction cost in the certified study. 7.5% per cent

IM ME DI ATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( ) OTHER:

It is intended that the following continued services will be required of the selected Designer, and approval of the Designer by the DSB for the study phase shall also constitute approval of the Designer for continued services at the Awarding Authority’s discretion. If the Awarding Authority determines that the continued services will not be required of the Designer then the Awarding Authority must notify the Designer and the Board, upon making that determination.

( X ) 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 Executive Order #478, DCAM has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime 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” and at Attachment E of the DCAM Standard Contract for Design Services. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form). APPROPRIATION LANGUAGE: DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

Acts of 2008, c. 304, s.2D: 8900-8500: “For costs associated with planning and studies… funding under this item by the division of capital asset management and maintenance shall be consistent in priority and need with a corrections’ master plan…

GENERAL SCOPE OF WORK:

The Division of Capital Asset Management, working with the Hampshire Sheriff’s Office, seeks expert professional services for the study, final design and construction administrative services for a proposed new Pre-release Facility to be located at the Hampshire County Jail and House of Correction in Northampton, Massachusetts. A detailed programming study and site analysis is to be done upon which a building project will be recommended.

The study objectives include, but are not limited to:

• A site analysis, and building site selection process • A thorough analysis of prioritized space needs, resulting in a detailed space program correlated to available budget with appropriate justification. Previous studies have developed programs for these facilities that can serve as a basis for the current project. • Development of a feasible architectural concept with appropriate technical back-up information • Estimation of project costs

Aerial View of HCJ-HOC

DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

Diagrammatic Site Plan

Background:

Opened in 1985, the Hampshire County Jail and House of Correction (HCJ-HOC) consists of 7 buildings on a site of approximately 29 acres in Northampton. The facility houses approximately 280 inmates with sentences of no more than two and one half years in Pre-Arraignment, Pre-Trial, Minimum, Medium, and Maximum Security levels. The HCJ-HOC is the only correctional facility in Hampshire County, and it houses both male and female offenders. The existing buildings on the site consist of the following:

• Jail and House of Correction – Constructed in 1983, this facility includes a total of 114 single-bunk cells and associated support spaces for pretrial and sentenced male and female offenders • Pre-Release – Constructed in 1983 as part of the Jail and House of Correction, this county facility provides 34 dormitory-style beds for pre-release and work-release programs. • Leased Modular Housing - this County Facility provides an additional 100 dormitory-style bed capacity to the JHOC. Installed in 1987, this housing is need of permanent replacement. Limited support space is included. • Caning Shop – This small 1987 out-building serves as an inmate workshop where furniture is re-caned. The building also provides limited facility storage space. The building contains approximately 1,528 GSF. • Maintenance Building – Constructed in 1990, this 4,195 GSF building provides vehicle maintenance and institutional maintenance shops. • Regional Holding Facility – Constructed in 2001, this 25 bed facility provides centralized intake and holding for the local police departments in the County.

The HCJ-HOC was originally designed and constructed with program space for a design population of 182. This included the JHOC capacity of 148 and the Pre-release capacity of 34. The Modular Housing increased the inmate population by 100. The result is total capacity, including pre-release, of 282 inmates.

DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

Pre-release Facility

Presently, the HCJ-HOC has been funded for the expansion of its Pre-Release population for up to 100 inmates who will be housed in lessened security prior to their release. Many of these individuals can be transferred from the HCJ-HOC, thus alleviating the space shortage there. As is typical, these inmates will have the freedom to hold jobs outside the facility. Their reduced level of security necessitates a functional separation from the larger facility, but close proximity is desirable so as to take advantage of adjacent programs and services for overall efficiency.

A distinct possibility is that the existing work-release building could be expanded into a facility of larger capacity. Other alternatives are to be examined as part of this study, including freestanding facilities elsewhere on the HCJ-HOC site, or renovations to leased space off-site.

Modern Pre-release facilities have been completed elsewhere in the Commonwealth, and are recommended as useful guides in terms of program and plan. However, the size and scope of the new facility for HCJ-HOC will be determined by the available budget. For the available budget amount for construction, the designer is to provide an appropriate program and feasible architectural solution alternatives, ultimately resulting in a preferred “consensus solution.”

Additional Resources:

The following studies for the JHOC pertain to a proposed project for a similar type of facility, but of a significantly larger scale. The current project is substantially different in program and scale, but there is useful material in the following former study, particularly pertaining to existing conditions.

DOC9910 HD2/HSD0201 HS1: Study of Hampshire County Jail and House of Correction Replacement Housing by ICON architecture, inc., August 22, 2003 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb100301_hamcjhoc_study_8_2003.pdf

Scope of Work: Tasks

1. ST-01, Workplan: Development of a Task and Fee Breakdown which identifies the scope and cost of each deliverable, its schedule, disciplines assigned, and MBE/WBE participation. An overall project schedule and any recommended extra service tasks should be included. Product: A workplan report which can serve as a guide for the study, a basis for schedule, scope and progress review, and for invoicing.

2. ST-02, Feasibility and Program Analysis: Within the chosen defined Site area(s), summarization of the major existing site conditions and program uses with documentation of existing infrastructure and systems. Inspection and documentation of site conditions including but not limited to: access, circulation and parking, utilities, open space and vegetation, site design opportunities, and subsurface conditions with relation to overall planning. Identification of major cost issues. Previous studies can be used as a resource. Product: Site Plan Existing Conditions Report including all findings and identifying key factors, constraints and opportunities for this project: program location options; infrastructure, and permitting issues.

Program Development: Review of model programs and related documents; interviews and workshops with HCJ- HOC staff in order to refine program model for the HCJ-HOC; testing of program models for cost, effective adjacencies, contribution to HCJ-HOC mission, innovative measures and standards, and other criteria. Development of a recommended “working” program which is endorsed by DCAM and HCJ-HOC. Product: A program report including a recommended tabular program of net square feet with net to gross ratio organized by department, adjacency diagrams indicating key relationships, technical requirements and Code issues affecting the program; block and stack diagrams as appropriate illustrating program features.

3. ST-03, Potential Solutions: Create varied configurations of the recommended program. Also create varied solutions to various other key issues including architectural, MEP, civil, and structural issues. Evaluation of options with respect to feasibility, construction cost, operating cost, schedule, implementation requirements and achievement of design objectives in terms of building and site. Selection of a recommended concept for further development. Product: Concept options report illustrating options, criteria and evaluation results; presentation and workshop materials.

DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

4. ST-04, Consensus Solution : Preliminary design supported by room data sheets; project narrative and detailed cost estimate in Uniformat; implementation plan addressing schedule, detailed review of applicable codes, permits and other necessary results such as accessibility; compliance with Executive Order 484 and others. Product: Preferred option report and presentation.

Draft and Final Reports: Draft report compiling and revising the products of Tasks 2-4 above. After review, a Final report is prepared and submitted for certification in required digital and hard copy formats.

GENERAL CONDITIONS OF THIS CONTRACT: Security Sensitive Information Please note that this may be designated a Security Sensitive Information project. The Designer may be required to enter into an agreement to keep all information strictly confidential and adhere to document distribution protocols.

Study Contract DCAM has established a goal of six months to complete a study. If selected for study services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Study Services (“Study Contract”) or its successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved products in accordance with the approved work plan.

Design Contract DCAM has established a goal of twelve months to complete design (SD, DD and CD). At the conclusion of the study, if the applicant is requested by DCAM to perform final design services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 12/07)1 (“Design Contract”) or its successor, without revisions or modifications. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm_12_07.doc

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.

PMAS Consultants will be required to use DCAM's electronic web-based Project Management and Accounting System (PMAS) as a repository for all project correspondence, documentation, and project budgeting, and scheduling. No special software is required.

Workshops DCAM and the Designer will hold periodic workshops to ensure that critical issues are not overlooked and that all team members have an opportunity to contribute their expertise, to anticipate potential obstacles, to identify potential solutions, and to expedite the decision-making process. Attendance by key design team members will be required at all workshops.

Executive Order 484 This project shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/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.

LEED Certification This project shall be certifiable at a level of Silver or higher, including Mass LEED Plus requirements. All measures proposed to achieve a LEED rating shall be incorporated into Final Design as part of the Designer’s base fee; administration of the certification process by the Designer during the Final Design and Construction phases of the project will be considered an extra service.

1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 12/07) replaces the former DCAM Form C-2 Contract for Designer Services.

DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. DCAM welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations.

Environmental and other supplemental services DCAM reserves the right to obtain supplemental services through independent consultants who will collaborate with the prime and the project team.

Construction Specifications The designer shall utilize the DCAM Standard Specification.

Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/Eoaf/docs/dcam/dlforms/cem_feb06.pdf, and Uniformat II can be found at http://www.bfrl.nist.gov/oae/publications/nistirs/6389.pdf.

Building Information Modeling Building Information Modeling (BIM) may be used in the study, design, and construction phases of the project, and the development of a building information model may be authorized as an extra service if the selected Designer has this capability.

Building Commissioning DCAM will include building commissioning as part of this project. The Designer of Record will develop in collaboration with DCAM an operations and maintenance plan as a reimbursable expense during the building commissioning phase. The Designer will meet with DCAM's building commissioning agent during design and construction to evaluate design proposals for MEP systems to ensure maintainability and operational efficiency.

CM at Risk The construction of this project will be performed utilizing a construction management at-risk (CMAR, sometimes referred to as CM/GC) contract in accordance with MGL Chapter 149A. It is anticipated that the CM will be on board during the Schematic Design phase of Final Design project.

Integrated Project Delivery DCAM may elect to use a modified form of Integrated Project Delivery (IPD) for this project, as generally described in the AIA document Integrated Project Delivery: A Guide (2007). (http://www.aiacc.org/site/docs/IPD_Guide_2007.pdf) According to this guide "integrated projects are uniquely distinguished by highly effective collaboration among the owner, the prime designer, and the prime constructor, commencing at early design and continuing through to project handover." DCAM's approach to IPD has not yet been finalized, but it will almost certainly follow the Construction Manager at Risk model, including bringing the CM in very early in the design phase of the project. Respondents should note their experience, if any, with this approach in Section 10 of their application.

CONDITIONS FOR APPLICATION: Current or updated Master File Brochures must be on file with the Board. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Study Contract and Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage.

DSB LIST # 10-03 ITEM # 1 DSB PUBLIC NOTICE DATE: February 17, 2010

APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel.

1. Architect (Prime) 6. Specifications Consultant (independent consultant required) 2. Mechanical Engineer (M/P/FP) 7. Cost Estimator (independent consultant required) 3. Electrical Engineer 8. MA Building Code Consultant (independent consultant required) 4. Structural Engineer 9. LEED Accredited Professional (Prime only) 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 2005 Application Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas:

1. Experience in the design and programming of 3. Building Information Modeling – Expertise in coordination Correctional Facilities. Note any experience of various disciplines in design and construction with Pre-Release Facilities 2. Sustainable design, including participation in the completion of LEED certified buildings

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB 2005 Application Form is included with this Notice, and is available for download at http://www.mass.gov/dcam/dsb.

Only complete applications submitted on the DSB 2005 Application Form will be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB 2005 will be rejected as non-compliant and not be considered by the Board.

Applications received at the DSB Office after the advertised deadline will not be considered.

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 10-03 ITEM # 2 DSB PUBLIC NOTICE DATE: February 17, 2010

LAST DATE FOR FILING APPLICATION IS: March 10, 2010 at 2:00 PM

The Board recommends applications to be submitted by any of the following firms:

( ) Architect ( ) Engineer ( ) Architect/Engineer (A/E) ( X ) Other: Higher Education Architectural Programmer

PROJECT NUMBER: DCP1008 HD1

PROJECT TITLE: Higher Education Architectural Programming

PROJECT LOCATION: Various State Higher Education Facilities

AWARDING AGENCY: Division of Capital Asset Management (DCAM)

APPROPRIATION SOURCE: Various (to be determined)

AVAILABLE AMOUNT: $500,000 per contract

ESTIMATED CONSTRUCTION COST: N/A

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: ( ) CERTIFIABLE BUILDING STUDY ( ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( ) CONSTRUCTION PLANS AND SPECIFICATIONS ( ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( X ) OTHER: HIGHER EDUCATION ARCHITECTURAL PROGRAMMING

MBE/WBE PARTICIPATION: DCAM has waived the MBE/WBE participation goals for this project as a single consultant will be performing the work. Applications from MBE and WBE firms as prime consultant are encouraged.

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. N.B.2: The Awarding Agency may award up to four (4) contracts, each with a total value of $500,000 to qualified designers under this contract. N.B.3: Professional liability insurance is waived. N.B.4: No professional license required. N.B.5: Travel time and mileage to and from designated locations are not reimbursable to the prime consultant.

DSB LIST # 10-03 ITEM # 2 DSB PUBLIC NOTICE DATE: February 17, 2010

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: Facility programming identifies the discrete functional elements in the project, every space required, and all critical characteristics of each space. These descriptions support the formulation of construction and project budget targets. It is critical that the Programmer have a solid grounding in architecture and be experienced in facilities programming.

The Higher Education Architectural Programmer will be assigned to provide space programming services and will be the sole provider of services under this contract. Working for DCAM, the Higher Education Architectural Programmer will collaborate with multiple entities and their representatives including User Agencies and other DCAM consultants.

Services may begin immediately and may continue through Study. Assignments may include multiple, simultaneous contracts on one or more sites or User Agencies.

Services may include review and analysis of programs for one or more facilities by others, and/or the collection of data and the development for new, renovated or repurposed college and university buildings. Services may involve the analysis of functions in existing and proposed locations to further project goals.

The Programmer must be fully familiar with the value of state of the art technology in higher education teaching and research. If DCAM determines the need, it may request that the Programmer contract with specialists as additional services, including, but not limited to, food service, performing and fine arts, and athletic facilities.

At every phase of the study, it is critical that the consultant assist in aligning the program to the project budget. To this end, prioritization of program elements and development of programming options to most cost-effectively meet the User Agency’s needs will be required.

Fees will be negotiated for each project assignment up to the full advertised contract value. The length of contract work and deliverables will vary depending on the task, however, the DCAM Study schedule requires a fully developed program in approximately 2 ½ to 3 ½ months.

The fundamental mission of the Higher Education Architectural Programmer is to ensure that there is a sound and defensible program basis for the development of campus construction projects.

The Higher Education Architectural Programmer should be prepared to provide a range of services depending on the needs of the Higher Education institution and DCAM. Recent education projects have included libraries, science laboratory teaching and research facilities and general academic facilities. Examples of projects are available on our website at: http://www.mass.gov/?pageID=afsubtopic&L=5&L0=Home&L1=Property+Management+%26+Construction&L2=Design +%26+Construction+of+Public+Buildings&L3=Current+%26+Completed+Projects&L4=Higher+Education+Projects&sid =Eoaf

GENERAL CONDITIONS FOR THIS CONTRACT: Study Contract DCAM has established a goal of six months to complete a study. If selected for study services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Study Services (“Study Contract”) or its successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved products in accordance with the approved work plan.

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).

DSB LIST # 10-03 ITEM # 2 DSB PUBLIC NOTICE DATE: February 17, 2010

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. DCAM welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations.

Construction Specifications The designer shall utilize the DCAM Standard Specification where applicable.

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.

APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel. Please see Section 6 on DSB 2005 Application Form: Include resumes for all personnel.

1. Higher Education Architectural Programmer (Prime) Massachusetts Registration as stated in the Master File and DSB Application forms is NOT required

APPLICATION EVALUATION – PROJECT EXPERIENCE Applications will be evaluated based upon the requirements of M.G.L. Ch. 7 §38F and the work listed on DSB Application 2005 Sections 8, 9 AND 10 which illustrate current qualifications in the following areas:

1. Demonstrated depth of experience in the 4. At least 15 years of experience in higher education facilitation of user participation with stake holders architectural programming with a demonstrated and ability to work in a professional and collegial understanding of the latest instruction trends in one or manner with peers in the programming, design and more of the following building types: general academic, engineering fields on complex public higher laboratory, and library facilities education projects

2. Demonstrated ability to generate and compose 5. Demonstrated professional architectural training and succinct and cogent prose narrative of higher depth of expertise in assessing enrollment growth, education programming assumptions, alternatives classroom and specialized classroom utilization and and conclusions. Attach relevant samples of work, benchmarking analysis and elaborate under Section 10 of the application

3. Demonstrated depth of experience with complex 6. Experience on projects with construction cost of $20 phased campus renovation and new projects million or more

DSB LIST # 10-03 ITEM # 2 DSB PUBLIC NOTICE DATE: February 17, 2010

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB 2005 Application Form is included with this Notice, and is available for download at www.mass.gov/dcam/dsb.

Only complete applications submitted on the DSB 2005 Application Form may be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB 2005 will be rejected as non-compliant and will not be considered by the Board.

Applications received at the DSB Office after the advertised deadline will not be considered.

The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK JAY GONZALEZ GOVERNOR SECRETARY, Tel: (617) 727-4050 ADMINISTRATION & FINANCE Fax: (617) 727-5363

TIMOTHY P. MURRAY DAVID B. PERINI LIEUTENANT GOVERNOR COMMISSIONER

SPECIAL NOTICE TO CONTRACTORS AND AWARDING AUTHORITIES

The Division of Capital Asset Management and Maintenance (DCAM) has recently revised the Prime/General and Sub-bidder Update Statements effective January 1, 2010. Please note that due to a typographical error, there is a revised Sub-bidderUpdate Statement form which issued February 5, 2010. Both forms are also available from DCAM’s web site at www.mass.gov/dcam under “Contractor Certification.”

The main revisions were to ensure that bidders include information that was not disclosed on their most recent Application for Certificate of Eligibility filed with the Division of Capital Asset Management and Maintenance (DCAM). Attached please see the two forms for your reference. Please be careful to read all instructions on these forms if you are a bidder on a project being bid pursuant to M.G.L. Chapter 149 and/or 149A. If you have any questions regarding this matter, please contact the DCAM Contractor Certification Office at (617) 727-9320.

* SPECIAL NOTICE TO AWARDING AUTHORITY SUB-BIDDERS’ UPDATE STATEMENTS ARE NOT PUBLIC RECORDS AND ARE NOT OPEN TO PUBLIC INSPECTION (M.G.L. C.149, §44D) EFFECTIVE JANUARY 1, 2010* Commonwealth of Massachusetts Division of Capital Asset Management SUB-BIDDER UPDATE STATEMENT TO ALL SUB-BIDDERS, TRADE CONTRACTORS AND AWARDING AUTHORITIES

A COMPLETED AND SIGNED SUB-BIDDER UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY FILED SUB-BID PURSUANT TO M.G.L. c.149, §44F AND EVERY TRADE SUB-BID PURSUANT TO M.G.L. c. 149A. ANY FILED SUB-BID OR TRADE SUB-BID SUBMITTED WITHOUT AN APPROPRIATE SUB-BIDDER UPDATE STATEMENT IS INVALID AND MUST BE REJECTED.

Caution: This form is to be used for submitting Filed Sub-Bids and Trade Sub-Bids. It is not to be used for submitting Prime/General Contract bids. AWARDING AUTHORITIES

If the Awarding Authority determines that the sub-bidder is not competent to perform the work as specified on the project, it should reject the bid.

SUB-BIDDER’S AFFIDAVIT

I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Sub-bidder Update Statement on behalf of the bidder named below, that I have read this Sub-bidder Update Statement, and that all of the information provided by the bidder in this Sub-bidder Update Statement is true, accurate, and complete as of the bid date.

______Bid Date Print Name of Sub-bidder or Trade Contractor

______Project Number (or Business Address name if no number)

______

Awarding Authority Telephone Number SIGNATURE ______

* Information you provide herein must supplement your firm’s most recent DCAM Application for Sub-Bidder Certificate of Eligibility. You must report all requested information not previously reported on your most recent DCAM Application.

Division of Capital Asset Management Page 1 of 10 Sub-bidder Update Statement Effective February 5, 2010 Bidder’s Authorized Representative INSTRUCTIONS

INSTRUCTIONS TO SUB-BIDDERS INSTRUCTIONS TO AWARDING AUTHORITIES

 This form must be completed and submitted by all Filed Determination of Sub-Bidder Qualifications Sub-Bidders bidding on projects pursuant to M.G.L. c. 149, §44F and Trade Contractors bidding on projects  It is the awarding authority’s responsibility to determine pursuant to M.G.L. c. 149A. each responsible bidder. You must consider all of the  You must give complete and accurate answers to all information in the bidder’s Sub-bidder Update questions and provide all of the information requested. Statement in making this determination. Remember: MAKING A MATERIALLY FALSE STATEMENT IN THIS this information was not available to the Division of SUB-BIDDER UPDATE STATEMENT IS GROUNDS Capital Asset Management at the time of certification. FOR REJECTING YOUR BID AND FOR DEBARRING  The sub-bidder’s performance on the projected listed in YOU FROM ALL PUBLIC CONTRACTING. Parts 1 and 2 must be part of your review. Contact the  Information you provide herein must supplement project references. your firm’s most recent DCAM Application for Sub-  AWARDING AUTHORITIES ARE STRONGLY Bidder Certificate of Eligibility. You must report all ENCOURAGED TO REVIEW THE SUB-BIDDER’S requested information not previously reported on ENTIRE CERTIFICATION FILE AT THE DIVISION OF your most recent DCAM Application. CAPITAL ASSET MANAGEMENT. Telephone (617)  You must use this official form of Sub-bidder Update 727-9320 for an appointment. Statement. Copies of this form may be obtained from the awarding authority and from the DCAM Web Site: www.mass.gov/dcam . Correction of Errors and Omissions in Sub-bidder  If additional space is needed, please copy the Update Statements appropriate page of this Sub-bidder Update Statement and attach it as an additional sheet. Matters of Form: An awarding authority shall not reject a sub-bidder’s bid because there are mistakes or omissions of form in the Sub-bidder Update Statement submitted with the bid pursuant to M.G.L. c.149, §44D, provided the sub-bidder promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.13(1)].

Correction of Other Defects: An awarding authority may, in its discretion, give a sub-bidder notice of minor defects and omissions as to form in the Sub-bidder’s Update Statement and provide an opportunity to correct its Sub-bidder Update Statement. However, the sub-bidder shall not be allowed to make corrections to a Sub-bidder Update Statement if material information about the sub-bidder was omitted from the Sub-bidder Update Statement filed with the sub-bidder’s bid. The Awarding Authority shall advise DCAM of any material omissions in a Sub-bidder’s Update Statement.. [810 CMR 8.13(2)].

Division of Capital Asset Management Page 2 of 10 Sub-bidder Update Statement Effective February 5, 2010 PART 1 - COMPLETED PROJECTS

LIST ALL PUBLIC AND PRIVATE PROJECTS OF $20,000 OR MORE THAT YOUR FIRM HAS COMPLETED SINCE THE DATE OF YOUR MOST RECENT APPLICATION FOR SUB-BIDDER CERTIFICATION. YOU MUST REPORT ALL REQUESTED INFORMATION NOT PREVIOUSLY REPORTED ON YOUR MOST RECENT DCAM APPLICATION*

PROJECT TITLE & LOCATION WORK CONTRACT PRICE START DATE DATE CATEGORY COMPLETED

Attach additional sheets if necessary

* If your firm has been terminated from a project prior to completion of the work or has failed or refused to complete its work under any contract, full details and an explanation must be provided. See Part 3 of this Sub-bidder Update Statement.

Division of Capital Asset Management Page 3 of 10 Sub-bidder Update Statement Effective February 5, 2010 PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH COMPLETED PROJECT LISTED ON THE PREVIOUS PAGE.

PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC

Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above, either through a business or family relationship? YES NO

Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO

If you have answered YES to either question, explain. ______

______

Division of Capital Asset Management Page 4 of 10 Sub-bidder Update Statement Effective February 5, 2010 PART 2 - CURRENTLY HELD CONTRACTS

LIST ALL PUBLIC AND PRIVATE PROJECTS OF $20,000 OR MORE THAT YOUR FIRM HAS UNDER CONTRACT ON THIS DATE REGARDLESS OF WHEN OR WHETHER THE WORK COMMENCED.

1 2 3 4 5 6 7 PROJECT TITLE & WORK START AND ON CONTRACT % NOT $ VALUE OF LOCATION CATEGORY END DATES SCHEDUL PRICE COMPLETE WORK NOT E COMPLETE (yes / no) (col. 5 x. col. 6)

Division of Capital Asset Management Page 5 of 10 Sub-bidder Update Statement Effective February 5, 2010 PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH INCOMPLETE PROJECT LISTED ON THE PREVIOUS PAGE.

PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC OWNER DESIGNER GC

Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above either through a business or family relationship? YES NO

Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO

If you have answered YES to either question, explain. ______

______

Division of Capital Asset Management Page 6 of 10 Sub-bidder Update Statement Effective February 5, 2010 PART 3 - PROJECT PERFORMANCE

For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement your firm’s most recent DCAM Application for Sub-Bidder Certificate of Eligibility. You must report all requested information not previously reported on your most recent DCAM Application. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.].

YES NO 1. Has your firm been terminated on any contract prior to completing a project or has any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete a project? 2. Has your firm failed or refused either to perform or complete any of its work under any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any contract? 6. Has a payment or performance bond been invoked against your current firm, or has any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority for a public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic’s lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with any of your projects? 11. Has any employee or other person suffered an injury in connection with any of your projects resulting in their inability to return to work for a period in excess of one year?

Division of Capital Asset Management Page 7 of 10 Sub-bidder Update Statement Effective February 5, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws

Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder’s firm, which were instituted or concluded (adversely or otherwise) since your firm’s most recent DCAM Application for Sub-Bidder Certificate of Eligibility. You must report all requested information not previously reported on your most recent DCAM Application.

The term “administrative proceeding” as used in this Sub-Bidder Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement.

The term “anyone with a financial interest in your firm” as used in this Section “I”, shall mean any person and/or entity with a 5% or greater ownership interest in the applicant’s firm.

If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state’s or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law?

Division of Capital Asset Management Page 8 of 10 Sub-bidder Update Statement Effective February 5, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued)

YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker’s compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA’s Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, workforce goals, or failure to file certified payrolls on any public projects? 12. Other than previously reported in the above paragraphs of this Section I, have any administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm’s responsibility and integrity as a building contractor?

Division of Capital Asset Management Page 9 of 10 Sub-bidder Update Statement Effective February 5, 2010 PART 5 - SUPERVISORY PERSONNEL

List all supervisory personnel who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below.

NAME TITLE OR FUNCTION

PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION

Have there been any changes in your firm’s business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? Yes No If YES, attach a separate page providing complete details.

PART 7 – LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT WITH FIRM’S MOST RECENT APPLICATION FOR CERTIFICATION ALONG WITH CERTIFICATION PAGE.

Attach here a copy of the list of completed construction projects which was submitted with your firm’s most recent Application for Sub-bidder Certificate of Eligibility to the Division of Capital Asset Management, or if your firm was certified as a sub-bidder without submitting a separate sub-bidder application, attach the list of completed construction projects which was submitted with your firm’s Application for Prime/General Certificate of Eligibility to the Division of Capital Asset Management. The Attachment should include a complete copy of the entire Section F – “Completed Projects” (Section G – “Completed Projects” for firms certified based upon their Prime/General Application), and the final page – “Certification Page”, (Section I in the Sub- bidder Application or Section J in Prime/General Application) containing the signature and date that the Completed Projects list (Section F or G) was submitted to the Division of Capital Asset Management.

Division of Capital Asset Management Page 10 of 10 Sub-bidder Update Statement Effective February 5, 2010