Volume 29, Issue 17, April 29, 2009

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 29, Issue 17, April 29, 2009

DESIGNER SERVICES Request for Proposals 1

GENERAL CONTRACTS Invitation to Bid 7

CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 73

CONTRACT AWARDS 85

LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY Notice of Proposed Disposition of Real Property 96 Office of Lease Management 98 Groundwater Discharge Permit 100

LIST OF DEBARRED CONTRACTORS DCAM 102 Attorney General 103

LIST OF DECERTIFIED CONTRACTORS DCAM 106

SOMWBA -

DESIGNER SELECTION BOARD 108

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 FORM

Enclosed, please find a check for subscription(s) to the Central Register. ($225.00 per annual subscription)

Name:

Address:

City: State: Zip:

Phone: Contact Person:

Please make checks payable to: The Commonwealth of Mail to: State Bookstore State House, Room 116 Boston, MA 02133

** State Agencies Only: Please follow directions below. CHECKS WILL NOT BE ACCEPTED FROM STATE AGENCIES.

State agencies are required to use the IE/IV system (Interdepartmental Encumbrance/Interdepartmental Voucher) system. In order to do so, agencies must submit their Dept. Code (3 letters), Org. number (4 digits) and the amount to be encumbered, along with the name/address of the agency and the name and title of the contact person. Call the Bookstore with the above information if you need to set up an IE, or mail it to the address above. 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: Boston, City of ***REVISED*** Designer's Fee Set Fee $165,500/Year for 2 years Department of Neighborhood Development (DND) 26 Court St. Estimated Construction Cost: Boston, MA 02108 Time Period for Completed Project: 7/1/09 - 6/30/11*** CONTACT INFORMATION: PHONE: 617-635- 0401 FAX: Carol McLaughlin, Design Services Manager EMAIL CONTRACT INFORMATION:

PROJECT: The City of Boston, acting by and through its Public Facilities Commission by the Director the DND, is inviting proposals from licensed, qualified architects and/or architects with a capacity in graphic design or graphic designers to provide professional services on an As-Needed Basis for the Boston Main Streets Storefront Improvement Program and the ReStore Boston Storefront Improvement Program. SCOPE: Architectural design and/or graphic design services for either storefront improvements and/or design new signs, awnings, logos and/or window graphics for small businesses.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/14/09 @ 4:00 P.M.*** Engineer Land Surveyor Space Planner Project Manager Other Specify Graphic Designer

PROJECT PROGRAM AVAILABILITY: 3/23/09 at the Bid Counter. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M. BRIEFING SESSION: ADDITIONAL INFORMATION DND may award up to ten contracts.*** This contract is subject to the appropriation of funds.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 6910 Boston, City of Designer's Fee Negotiated Public Facilities Department 26 Court St. 10th Floor Estimated Construction Cost: $2,900,000.00 Boston, MA 02108 Time Period for Completed Project: 104 - Weeks CONTACT INFORMATION: PHONE: 617-635-4809 FAX: 617-635-0555 Bid Room EMAIL CONTRACT INFORMATION:

PROJECT: Mattahunt School Exterior Envelope. SCOPE: Various exterior repairs that include window replacement, new rockguards,exterior entry door replacement, metal wall panel repair/replace and miscellaneous patching and painting of both interior and exterior surfaces.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/14/09 @ 4:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

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: Brewster, Town of Designer's Fee Negotiated $170,000 Board of Selectmen/Town Administrator 2198 Main St. Estimated Construction Cost: $2,600,000 Brewster, MA 02631 Time Period for Completed Project: 6 - Months CONTACT INFORMATION: PHONE: 508-896-3701 ext. 134 FAX: 508-896-8089 Charles L. Sumner EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Request For Proposal for Architectural Services for the Stony Brook Elementary School. This program will require the construction of approximately a 12,000 square foot addition onto the Stony Brook Elementary School. SCOPE: The Designer's scope of work generally include two major phases: The designer will prepare reports and plans for Construction phase, pre-construction phase and construction phase at the School Facility.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/20/09 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: Monday - Friday, 9:00 A.M. - 4:00 P.M. BRIEFING SESSION: 5/6/09 at 11:00 A.M. at the above agency address. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Cambridge, City of Designer's Fee Negotiated Housing Authority 675 Massachusetts Ave. Estimated Construction Cost: $10,000,000 Cambridge, MA 02139 Time Period for Completed Project: 3 - Years CONTACT INFORMATION: PHONE: 617-520-6239 FAX: 617-547-9821 Kyle Sullivan EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Cambridge Housing Authority Central Office Construction/Substantial Rehabilitation. SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/13/09 @ 5:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Historic Preservation, Energy, Sustainable Design, Cost Estimator

PROJECT PROGRAM AVAILABILITY: 4/29/09 at 2:00 P.M. at the above agency address or by email to [email protected]. BRIEFING SESSION: 5/6/09 at 2:00 P.M. at the above agency address. 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: 514 Holyoke, City of Designer's Fee Negotiated mgt fee is % of gross Purchasing Department 536 Dwight St. Estimated Construction Cost: Holyoke, MA 01040 Time Period for Completed Project: 3 - Years CONTACT INFORMATION: PHONE: 413-322-5650 FAX: 413-322-5651 David A. Martins, Chief Procurement Officer EMAIL CONTRACT INFORMATION:

PROJECT: The City of Holyoke is accepting proposals for the management of the Jones Ferry River Access Center located on the at Jones Ferry Rd. SCOPE: The entity awarded the management contract resulting from this solicitation will be responsible for the daily operations and maintenance of the facility.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/19/09 @ 10:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Management Services

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: Pre-bid conference: 5/6/09 at 10:00 A.M. at the above agency address. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Medford, City of Designer's Fee Negotiated Office of Procurement 85 George P. Hassett Drive Room 205 Estimated Construction Cost: $1,400,000.00 Medford, MA 02155 Time Period for Completed Project: 12 - Months CONTACT INFORMATION: PHONE: 781-393-2465 FAX: Catherine M. D'Orazio, MCPPO EMAIL CONTRACT INFORMATION:

PROJECT: Cemetery Building Renovations. SCOPE: It is the intention of the City of Medford to retain the services of an Architect/Engineer for all phases of renovation of the Cemetery Buildings at Oak Grove Cemetery.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/21/09 @ 11:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 5/12/09 at the above agency address followed by a site visit to Oak Grove Cemetery 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: Contract #09097-PFC-10D Needham, Town of Designer's Fee Permanent Public Building Committee 1471 Highland Ave. Estimated Construction Cost: Needham, MA 02492 Time Period for Completed Project: September 2012, Schematic Design, September 2009 CONTACT INFORMATION: PHONE: 781-453-8040 FAX: 781-449-9023 Kathryn Copley, Dept. of Public Facilities - Construction EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Newman Elementary School Repair Project. SCOPE: Evaluate options for replacement of existing HV system and schematic design of replacement HVAC system, ADA upgrade, fire suppression upgrade and electrical/technology upgrades as well as consideration for temporary housing of students.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/14/09 @ 10:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Estimator

PROJECT PROGRAM AVAILABILITY: 4/29/09 at the above agency address, 9:00 A.M. - 3:00 P.M. or by email to [email protected] BRIEFING SESSION: 5/6/09 at 3:30 P.M. at the Newman Elementary School Cafeteria, 1155 Central Ave., Needham. ADDITIONAL INFORMATION Services have potential of continuing through construction administration. Work to proceed under MSBA guidelines consistent with the objective of reaching an MSBA Project Funding Agreement at the 9/30/09 scheduled Board Meeting. Attendance at evening meetings with representatives of the Permanent Public Building Committee and other interested stakeholders required. RFS also available by providing a self-addressed, stamped envelope to the above agency address.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: North Attleborough, Town of Designer's Fee Negotiated School Department 6 Morse St. Estimated Construction Cost: $750,000 North Attleborough, MA 02760 Time Period for Completed Project: 8/31/09 CONTACT INFORMATION: PHONE: 508-643-2100 FAX: 508-643-2147 Kyle Kummer EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Martin Elementary School Partial Roof Replacement. SCOPE: Construction Specifications and Construction Management Services.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/13/09 @ 11:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 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: Sturbridge, Town of Designer's Fee Negotiated Planning Department 308 Main St. Estimated Construction Cost: Sturbridge, MA 01566 Time Period for Completed Project: 18 - Months CONTACT INFORMATION: PHONE: 508-347-2500 FAX: 508-347-5886 James J. Malloy, Town Administrator EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: The Town of Sturbridge is inviting qualified candidates to submit proposals for the completion of a comprehensive Master Plan. SCOPE: The Master Plan is to be prepared and completed in accordance with the requirements of MGL Chapter 41, Section 81D and will include additional elements desired by the Town and further detailed in the RFQ.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 6/12/09 @ 12:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: Town Hall, 371 Main St., Sturbridge, by contacting the Board of Selectmen’s Office at 508-347-2500 or by email to [email protected]. BRIEFING SESSION: ADDITIONAL INFORMATION Proposals must be received in the Town Administrator’s Office by mail to the above agency address or by hand delivery to 371 Main St., Sturbridge (Note new physical location) by the deadline. Delivery of submissions to any office or location other than the address indicated will not constitute receipt. The Non-Pricing Information will be opened and available for examination 6/12/09 at 12:00 P.M. The Planning Board will open the Pricing Information after the interview process has been completed. Postmarks and faxes will not be considered.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: West Stockbridge, Town of ***CANCELLED*** Designer's Fee Board of Selectmen P.O. Box 525 Estimated Construction Cost: 21 State Line Rd. Time Period for Completed Project: West Stockbridge, MA 01266

CONTACT INFORMATION: PHONE: 413-232-0300x319 FAX: 413-232-7195 Mark Webber EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Town of West Stockbridge Town Offices Solar Energy Management Services SCOPE:

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/25/09 @ 7:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Solar Energy Management Services

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION Plans and specs available: Town Clerk's and/or Administrator's Office at the above agency address, 4/22/09. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. Mandatory site visit: 4/29/09 at 10:00 A.M. at the above agency address.

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: Hamilton-Wenham Regional School District Designer's Fee Negotiated 5 School St. Wenham, Ma. 01984 Estimated Construction Cost: $1,500,000 Time Period for Completed Project:

CONTACT INFORMATION: PHONE: 978-`468-5310 ext. 3 FAX: 978-468-7889 Paul P. Szymanski, Assistant Superintendent EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Cutler Elementary School Project, 237 Asbury St., Hamilton. SCOPE: Review the existing HVAC system and develop options to replace the system with a new energy efficient system that will reduce operating expenses and increase comfort. Scope includes the design of all other necessary associated work.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/15/09 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 4/29/09 BRIEFING SESSION: 5/5/09 at 3:30 P.M. at the Cutler School, 237 Asbury St., Hamilton. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: MVY-RFQ-2009-02 Martha's Vineyard Airport Commission Designer's Fee Negotiated 71 Airport Rd. West Tisbury, MA 02575 Estimated Construction Cost: Time Period for Completed Project: 2009-2012 CONTACT INFORMATION: PHONE: 508-693-7022 FAX: 508-696-5919 Sean C. Flynn, C.M. EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Airport Engineering Services for 2009 - 2012. SCOPE: The Martha’s Vineyard Airport Commission is soliciting Statements of Qualifications (SOQ) from experienced airport consultants to perform engineering, design, planning, environmental and construction phase services.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/22/09 @ 4:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Environmental

PROJECT PROGRAM AVAILABILITY: A more detailed RFQ document is available by contacting the Airport Manager's Office, 71 Airport Rd., Vineyard Haven, MA 02568. BRIEFING SESSION: ADDITIONAL INFORMATION

6 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: Bid No. 026/05-09/185 Andover, Town of Central Purchasing Office ESTIMATED COST: $135,000 - $150,000 36 Bartlet St. CONTRACTOR QUALIFICATION: Andover, MA 01810 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: William M. Wood Memorial Park Project. Work will consist of preparation of Sub-base to meet proposed grades, installation of new pavers, plantings, stone wall, benches, granite monument and bronze plaques, granite posts and chains and top dress all disturbed areas with loam and seed. CONTACT INFORMATION PHONE 978-623-8216 FAX: 978-623-8240 Elaine M. Shola, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Conference and Site Visit: 5/6/09 at 10:00 A.M. at the William M. Wood Memorial Park, 310 North Main St., Andover. A refundable deposit of $25.00 is required for Bid Documents and/or bid Documents can be mailed for an additional non-refundable fee of $15.00. Checks are to be made payable to the Town of Andover.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Bid No. 027/05-09/185 Andover, Town of Central Purchasing Office ESTIMATED COST: $150,000 36 Bartlet St. CONTRACTOR QUALIFICATION: DCAM Certificate Andover, MA 01810 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: West Middle School Boiler Replacements. CONTACT INFORMATION PHONE 978-623-8216 FAX: 978-623-8240 Elaine M. Shola, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Conference: 5/7/09 at 3:30 P.M. at the West Middle School, Main Entrance, 70 Shawsheen Rd., Andover. A refundable deposit of $25.00 is required for Bid Documents and/or Bid Documents can be mailed for an additional non-refundable fee of $15.00. Checks are to be made payable to the Town of Andover.

7 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: TI - 0904 Attleboro, City of Redevelopment Authority ESTIMATED COST: $140,000 8 North Main St. Suite 204 CONTRACTOR QUALIFICATION: Attleboro, MA 02703 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Transportation and concrete sidewalk upgrades. Removal and disposal of existing concrete sidewalks. Install new concrete sidewalks and curb cuts. Work must be completed by 6/16/09. CONTACT INFORMATION PHONE 508-222-4012 FAX: 508-226-3632 Ron Dubuc EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to [email protected], 4/29/09. (place, date and time) Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Site visit: 5/7/09 at 2:00 P.M. at the corner of O'Neil Boulevard and Pearl St., Attleboro.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: BFD 2009-01 Barnstable, Town of Fire District ESTIMATED COST: $22,000 1841 Phinneys Lane CONTRACTOR QUALIFICATION: Barnstable, MA 02630 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replacement of boilers for Fire Station. CONTACT INFORMATION PHONE 508-362-3312 FAX: 508-362-8444 Robert M Crosby EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Barnstable Fire Station, 3249 Main St., Barnstable, MA 02630, 4/15/09 - 5/11/09, 8:00 A.M. - 5:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIE 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: S113909-2 Billerica, Town of Public Schools ***REVISED BID DEADLINE*** ESTIMATED COST: $300,000 365 Boston Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Billerica, MA 01821 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Boiler Replacement at the Hallenborg Ice Rink. DCAM Certificate: HVAC Contractor. 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, 4/30/09 after 2:00 P.M.*** (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:00 A.M.*** (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 5/7/09 at 9:00 A.M.*** at the Billerica Memorial High School, 365 Boston Rd., Billerica (to the left of Billerica Town Hall). Plans and specs may be mailed upon receipt of a non-refundable mailing fee in the amount of $25.00, payable to KBA Architects.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 06-023C1 Boston, City of Housing Authority ESTIMATED COST: $722,640. 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: Elevator Modernization at Patricia White Development. CONTACT INFORMATION PHONE 781-503-0241 FAX: Simon Hung EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/20/09 @ 11:00 A.M. GENERAL BID DEADLIN 6/10/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE Elevators, Electrical & Mechanical ADDITIONAL INFORMATION Site visit: 5/14/09 at 10:00 A.M. at Patricia White Development, 20 Washington St., Brighton. Documents available for a refundable deposit of $50.00 in the form of checks only, payable to the Boston Housing Authority.

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: 06-023C2 Boston, City of Housing Authority ESTIMATED COST: $853,185. 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: Elevator Modernization at Heritage Development. CONTACT INFORMATION PHONE 781-503-0241 FAX: Simon Hung EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/20/09 @ 11:30 A.M. GENERAL BID DEADLIN 6/10/09 @ 11:30 A.M. (date and time) (date and time) SUB BID CATEGORIE Elevators, Electrical & Mechanical ADDITIONAL INFORMATION Site visit: 5/14/09 at 12:00 P.M. at Heritage Development, 209 Summer St., East Boston. Documents are available for a refundable deposit of $50.00 in the form of checks only, payable to the Boston Housing Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Boston, City of Parks and Recreation Department ESTIMATED COST: $190,000.00 1010 Massachusetts Ave. 3rd Floor CONTRACTOR QUALIFICATION: Boston, MA 02118 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Drainage Improvements to George Wright Golf Course in Hyde Park for 2009. Scope of Work: Site preparation, excavation, grading and landscaping for drainage improvements to an existing golf course. CONTACT INFORMATION PHONE 617-961-3016 FAX: Scott Dupuis EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/11/09 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/28/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Deposit for Plans/Specs is $50 in the form of a certified bank check or Money Order, payable to the City of Boston.

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: ADM-010-09 Boston, City of Public Health Commission ESTIMATED COST: $16,000.00 Property Management CONTRACTOR QUALIFICATION: Long Island Campus P.O. Box 220648 (required for building contracts over $100,000 and Boston, MA 02122 highway contracts over $50,000) PROJECT: Remove existing carpet and install new VCT flooring in approximately 1770 square feet. Install vinyl cove base. Minor Carpentry work required to make two openings/windows in existing interior non-load bearing walls. CONTACT INFORMATION PHONE 617-534-2716 FAX: 617-534-2502 Belkis L. Roman EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email request to [email protected], 4/29/09 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Site visit: 5/6/09 at 10:00 A.M. at 1022 Massachusetts Ave., Boston.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: MC-030-09 Boston, City of Public Health Commission ESTIMATED COST: $10,000.00 Property Management CONTRACTOR QUALIFICATION: Long Island Campus P.O. Box 220648 (required for building contracts over $100,000 and Boston, MA 02122 highway contracts over $50,000) PROJECT: Supply and install an iron fence for approximately 105 linear feet and a 36" gate. CONTACT INFORMATION PHONE 617-534-2716 FAX: 617-534-2502 Belkis L. Roman EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email request to [email protected], 4/29/09 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Site Visit: 5/7/09 at 10:00 A.M. at 209 River St., Mattapan.

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: 7362 Boston, City of Public Library ESTIMATED COST: $20,000.00 Business Office CONTRACTOR QUALIFICATION: 700 Boylston St. Boston, MA 02116 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Trane Absorber Chiller #2 Repair Services at the Johnson Building of the Boston Public Library. CONTACT INFORMATION PHONE 617-859-2346 FAX: 617-262-0989 Edward D. Maheigan, Acting Chief Financial Officer EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Walk-through: 5/6/09 at 10:00 A.M. at the Facilities Department, Room 333, 3rd Floor, Johnson Building. Performance and Payment Bonds required of successful bidder in the full amount of contract. Bid deposit in the amount of 5% of the bid price is required with the bid filed in the form of a certified, treasurer or cashiers check or bid bond on responsible bank or trust. Bidders' attention is directed towards Prevailing Wage Rates Requirements.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 08-308-003 Boston, City of Water and Sewer Commission ESTIMATED COST: $2,579,000.00 Purchasing Department CONTRACTOR QUALIFICATION: 980 Harrison Ave. 3rd floor Boston, MA 02119 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The work involves the relay of approximately 7,850 linear feet of water mains, 530 linear feet of sewer/drain pipe, five point repairs, 5 manholes, pipebursting, 300 linear feet of sewer pipe, and the installation of approximately 3,100 linear feet of sewer/drain liners. CONTACT INFORMATION PHONE 617-989-7000 FAX: 617-989-7730 Purchasing Dept EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/28/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A fee of $25.00 (non-refundable_ will be required for each set of the Contract document.

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: 09-308-010 Boston, City of Water and Sewer Commission ESTIMATED COST: $850,000.00 Purchasing Department CONTRACTOR QUALIFICATION: 980 Harrison Ave. 3rd floor Boston, MA 02119 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Work involves the installation of approximately 1,000 linear feet of water mains, 1,470 linear feet of sewer/drain pipe, seven manholes and six catch basins. CONTACT INFORMATION PHONE 617-989-7000 FAX: 617-989-7730 Purchasing Dept EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A fee of $25.00 (non-refundable) is required for each set of the contract document.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 08-309-001 Boston, City of Water and Sewer Commission ESTIMATED COST: $5,241,762.70 Purchasing Department CONTRACTOR QUALIFICATION: 980 Harrison Ave. 3rd floor Boston, MA 02119 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Drainage, Sewer and water works improvements in Back Bay, East Boston, Fenway/Kenmore, Hyde Park, Roslindale, Roxbury, South End and West Roxbury. CONTACT INFORMATION PHONE 617-989-7000 FAX: 617-989-7730 Purchasing Dept EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/1/09; Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/1/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A non-refundable fee of $25.00 is required for each set of the contract document.

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: Braintree, Town of Public Schools ESTIMATED COST: $600,000 Business Office CONTRACTOR QUALIFICATION: DCAM Certificate 348 Pond St. Braintree, MA 02184 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Unit ventilator replacement at Flaherty Elementary School, Lakeside Drive, Braintree. The General Contractor must also be DCAM certified as a HVAC contractor. CONTACT INFORMATION PHONE 781-380-0130 FAX: 781-380-0146 Peter Kress EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 11:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/14/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/21/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Electrical ADDITIONAL INFORMATION Walk-through: 5/5/09 at 3:30 P.M. in the Main Office at Flaherty Elementary School.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Cambridge, City of Purchasing Department ESTIMATED COST: $65,000.00/Year 795 Massachusetts Ave. CONTRACTOR QUALIFICATION: Cambridge, MA 02139 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Conduit, Sub-Base and Hand/Manhole Repair and Installation. CONTACT INFORMATION PHONE 617-349-4310 FAX: 617-349-4008 Cynthia H. Griffin EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/30/09. 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 DEADLIN GENERAL BID DEADLIN 5/21/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Copies of the bid are available for download at www.cambridgema.gov and follow the links for Departments, Current Bids, Construction.

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: Chatham, Town of 549 Main St. ESTIMATED COST: $250,000.00 Chatham, MA 02633 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Renovations, upgrades and fit-out to two facilities at separate locations within the Town of Chatham under a single contract. CONTACT INFORMATION PHONE 508-543-1700 FAX: 508-543-5157 Stephen Shaughnessy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, 5/6/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/21/09 @ 1:00 P.M. GENERAL BID DEADLIN 5/28/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Plumbing, HVAC, Electrical ADDITIONAL INFORMATION Pre-bid conference: 5/14/09 at 10:00 A.M. at 261 George Ryder Rd., Chatham. All bidders must submit a Certificate of Eligibility and Update Statement. Refundable Plan deposit of $50.00 per set is required. Plans may be viewed only at: F.W. Dodge, 24 Hartwell Ave., Lexington; Chatham Planning Department, 261 George Ryder Rd., Chatham.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Chelmsford, Town of 50 Billerica Rd. ESTIMATED COST: $250,000 Chelmsford, MA 01824 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roof Replacement Project at Chelmsford Forum, 2 Brick Kiln Rd., Chelmsford. Project consists of roof replacement to the Chelmsford Forum with a new reinforced PVC roof system. CONTACT INFORMATION PHONE 781-273-1537 ext. 24 FAX: 781-273-1695 Richard Gorham EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Russo Barr Associates, 33 Center St. 2nd Floor, Burlington, MA 01803, 5/1/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 5/8/09 at 9:00 A.M. at the Chelmsford Forum, 2 Brick Kiln Rd., Chelmsford. Bidders are advised to examine the work area before submitting a bid. A $100.00 deposit for one complete set of Bidding Documents will be charged in the form of a check, payable to the Town of Chelmsford. A non-refundable fee of $75.00 paid in advance is required for mailing of documents in the form of a checks, payable to Russo Barr Associates, Inc. General Bids must be accompanied by a 5% bid deposit, a copy of the Contractors Certificate of Eligibility (DCAM Form CQ7) and an Update Statement (DCAM Form CQ3). All bid deposits must be either certified check, bid bond from a licensed surety or treasurer's or cashiers check issued by a responsible bank or trust company, payable to the Town of Chelmsford.

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: 2009-88 Chelsea, City of Purchasing Office ***REVISED*** ESTIMATED COST: $70,000.00 500 Broadway Room 206 CONTRACTOR QUALIFICATION: Chelsea, MA 02150 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Chelsea High School Auditorium Lighting and Rigging Upgrade, based on drawings and specifications from Rojas Group. CONTACT INFORMATION PHONE 617-466-4220 FAX: 617-466-4225 Katharine Sacca EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email to [email protected], 3/26/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M.*** (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Pre-bid site visit: 5/11/09 at 10:00 A.M.*** This will be the only opportunity to visit the site before the bid due date. 50% payment bond, 5% bid security and OSHA required. Prevailing wages apply.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 714190 Cohasset, Town of 41 Highland Ave. ESTIMATED COST: $1,000,000 Cohasset, MA 02025 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replacement of an existing natural turf field with a filled synthetic turf field, including one paved D-area, new concrete discus pad, long/triple jump runways and drainage improvements at Cohasset High School. CONTACT INFORMATION PHONE 781-335-6465 FAX: 781-335-6467 Nathan A. Collins EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Gale Associates, Inc., 163 Libbey Parkway, Weymouth, MA 02189, 4/29/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 5/5/09 at 10:00 A.M. at the project site. A Non-refundable fee of $40.00 is required for each set of documents in the form of cash, company check, treasurer's or cashier's check or money order, payable to Gale Associates, Inc.

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: Dartmouth, Town of Board of Public Works/Department of Public Works ESTIMATED COST: $370,000 759 Russells Mills Rd. CONTRACTOR QUALIFICATION: Department of Dartmouth, MA 02748 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Sidewalk and Roadway Improvements in the Town of Dartmouth: Slocum Rd., Phase 4, Russells Mills Rd. to Sta. 3+75 and Russells Mills Rd./Elm St. to Slocum Rd. CONTACT INFORMATION PHONE 508-999-0740 FAX: 508-999-0772 David T. Hickox P.E. Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. Office Hours: Monday - Friday, 7:00 A.M. - 3:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION MA Pre-qualification Required. $100.00 refundable deposit for Plans/Specs for all formal bidders. $25.00 non- refundable fee for information bid packages. $50.00 mailing fee for plans/specs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Contract No. 27 Dracut, Town of Board of Sewer Commissioners ESTIMATED COST: $6,700,000 62 Arlington St. CONTRACTOR QUALIFICATION: Dracut, MA 01826 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Peters Pond West Area Sewers (CWSRF #3139). Work includes furnishing and installing approximately 25,000 linear feet of eight- and 12-inch gravity sewers, approximately 3,100 linear feet of four-inch ductile iron force main and two pump stations, including manholes, service pipes, air valves, earthwork, dewatering, site/easement clearing and restoration, wetland restoration, paving and restoration and all other incidental work as required to complete the project. CONTACT INFORMATION PHONE 603-222-8332 FAX: 603-628-7675 Neal Campbell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE CDM, Jefferson Mill, 670 North Commercial St. Suite 201, Manchester, NH 03101, 4/30/09 after 12:00 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/21/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 5/7/09 at 10:00 A.M. in the Selectman's Chambers at the above agency address. Plans/Specification Fees are $75 for Contract Documents (Refundable), $40 for Mailing if requested in the form of cash or check, payable to Camp Dresser & McKee, Inc. Bid Opening: 5/21/09 at 11:00 A.M in the Selectman's Chambers at the above agency address.

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: East Longmeadow, Town of Department of Public Works ESTIMATED COST: $25,000.00 60 Center Square 2nd Floor CONTRACTOR QUALIFICATION: East Longmeadow, MA 01028 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Traffic Line Painting. CONTACT INFORMATION PHONE 413-525-5400 ext. 134 FAX: 413-525-5413 Franklin J. Miorandi, Assistant Town Engineer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/27/09, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/19/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 08817 Easton, Town of Housing Authority ESTIMATED COST: $211,000 1 Parker Terrace CONTRACTOR QUALIFICATION: North Easton, MA 02356 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Elise Circle Buildings 1 and 2 Interim Septic System Repair (667-1). CONTACT INFORMATION PHONE 508-238-4747 FAX: 508-230-9694 Susan Horner, Executive Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/21/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Contact Greg Horne, Easton Housing Authority at 508-238-4747 to schedule a job site inspection. Plan deposit is $25 per set. Plan mailing fee is $20 per set.

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: PW136 Framingham, Town of Department of Public Works ESTIMATED COST: $1.2 Million 100 Western Ave. CONTRACTOR QUALIFICATION: Framingham, MA 01702 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: State Street Improvements, Phase II: Utility improvements along State St. from High St. to Maple St. Work will include water main replacement, water service replacement, sewer line and manhole lining and rehabilitation, gravity sewer replacement, gravity sewer service replacement, sewer manhole cover adjustment, hot mix asphalt trench work, hot mix asphalt pavement overlay, hot mix asphalt curb, and hot mix asphalt sidewalk and various upgrades and other incidental work. CONTACT INFORMATION PHONE 508-532-6026 FAX: 508-620-4884 Christine Sordillo EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/21/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2009-34 Franklin, Town of Purchasing Office ESTIMATED COST: $576,952.00 Municipal Building CONTRACTOR QUALIFICATION: 355 East Central St. Franklin, MA 02038 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Wachusett St. Water Main Replacement Project. CONTACT INFORMATION PHONE 508-520-4918 FAX: 508-541-5253 Norma R. Collins, CPO EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/1/09. Contractors are encouraged to call to confirm plan availability. Plans (place, date and time) available Monday - Thursday only. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 06/03/2009 @ 11:00 am (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Info session: 5/20/09 at 11:00 A.M. at the Town Chambers. No plan deposit required, mail fee is $100.00 (non- refundable), payable to the Town of Franklin.

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: 2009-35 Franklin, Town of Purchasing Office ESTIMATED COST: $34,206.00 Municipal Building CONTRACTOR QUALIFICATION: 355 East Central St. Franklin, MA 02038 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: King Street Roadway and Traffic Signal Improvement Project. CONTACT INFORMATION PHONE 508-520-4918 FAX: 508-541-5253 Norma R. Collins, CPO EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 5/1/09. Contractors are encouraged to call to confirm plan availability. Plans (place, date and time) available Monday - Thursday only. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/3/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Info session: 5/20/09 at 10:00 A.M. No plan deposit required, mail fee is $100.00 (non-refundable), payable to the Town of Franklin.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2009-126 Gardner, City of 95 Pleasant St. ESTIMATED COST: $8,000 Gardner, MA 01440 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal of hazardous trees and hangers at the Municipal Golf Course resulting from the December 2008 ice storm. CONTACT INFORMATION PHONE 978-632-0426 FAX: 978-632-9320 Mary A Delaney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Bid documents available electronically by email request, 4/27/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 667-1 Interior Lighting Gloucester, City of Housing Authority ESTIMATED COST: $18.000 P.O. Box 1599 CONTRACTOR QUALIFICATION: 259 Washington St. Gloucester, MA 01931-1599 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replacement of 208 interior lighting fixtures in 52 units. CONTACT INFORMATION PHONE 978-281-4770 FAX: 978-281-6945 David Houlden EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Walk-through: 5/5/09 at 11:00 A.M. at Lincoln Park Community Room.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Grafton, Town of Water District ESTIMATED COST: $90,000 44 Millbury St. CONTRACTOR QUALIFICATION: Grafton, MA 01519 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Water Main Improvements in Cold Spring Drive. Installation of approximately 350 linear feet of 8-inch water main and appurtenances. CONTACT INFORMATION PHONE 781-221-1243 FAX: 781-221-1086 Elise DuBois EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Fay, Spofford & Thorndike (FST), 5 Burlington Woods, Burlington, MA 01803, Clerk's Office, 781-221- (place, date and time) 1261, 4/29/09. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/28/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION $50 refundable deposit, payable to FST. $20 non-refundable mailing fee, payable to FST.

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: FY 10 - Crack Sealing Hanover, Town of Board of Public Works ESTIMATED COST: $75,000 40 Pond St. CONTRACTOR QUALIFICATION: Department of Hanover MA 092339 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Crack sealing of miscellaneous town roads and parking lots. CONTACT INFORMATION PHONE 781-826-3189 FAX: 781-826-8915 Victor J. Diniak, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: FY10 - Annual Bid - Asphalt Hanover, Town of Board of Public Works ESTIMATED COST: $800,000 40 Pond St. CONTRACTOR QUALIFICATION: Department of Hanover, MA 02339 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Annual bid for supply and placement of Type I bituminous concrete on town roads and properties. CONTACT INFORMATION PHONE 781-826-3189 FAX: 781-826-8915 Victor J. Diniak, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: FY10 - Flowable Fill Hanover, Town of Board of Public Works ESTIMATED COST: $30,000 40 Pond St. CONTRACTOR QUALIFICATION: Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Annual bid for supply and placement of controlled density flowable fill on town roads and properties. CONTACT INFORMATION PHONE 781-826-3189 FAX: 781-826-8915 Victor J. Diniak, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: FY 10 - Rental Equipment Hanover, Town of Board of Public Works ESTIMATED COST: $95,000 40 Pond St. CONTRACTOR QUALIFICATION: Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Annual bid for rental construction equipment with or without operator. CONTACT INFORMATION PHONE 781-826-3189 FAX: 781-826-8915 Victor J. Diniak, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: FY 10 - Adjust Drainage Hanover, Town of Board of Public Works ESTIMATED COST: $45,000 40 Pond St. CONTRACTOR QUALIFICATION: Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Annual bid for the adjustment of drainage structures on Town roads and properties. CONTACT INFORMATION PHONE 781-826-3189 FAX: 781-826-8915 Victor J. Diniak, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: FY 10 - Trench Repairs Hanover, Town of Board of Public Works ESTIMATED COST: $45,000 40 Pond St. CONTRACTOR QUALIFICATION: Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Annual bid for repair of utility trenches and sidewalks on Town roads and properties. CONTACT INFORMATION PHONE 781-826-3189 FAX: 781-826-8915 Victor J. Diniak, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Septic Pumping 09 Hanover, Town of Public Schools ESTIMATED COST: $15,000 188 Broadway CONTRACTOR QUALIFICATION: Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Septic and Grease Tank Pumping Services. CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne Mcdonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Boiler 10 Hanover, Town of Public Schools ESTIMATED COST: $30,000 188 Broadway CONTRACTOR QUALIFICATION: DCAM Certificate Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Boiler and Hot Water Tank Cleaning and Repairs Including Opening and Closing of Boilers. CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne McDonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Plumbing 10 Hanover, Town of Public Schools ESTIMATED COST: $35,000 188 Broadway CONTRACTOR QUALIFICATION: DCAM Certificate Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Plumbing and Septic Services. CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne McDonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Electric 10 Hanover, Town of Public Schools ESTIMATED COST: $40,000 188 Broadway CONTRACTOR QUALIFICATION: DCAM Certificate Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Electric Repairs and Service CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne McDonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE 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: Roofing 10 Hanover, Town of Public Schools ESTIMATED COST: $40,000 188 Broadway CONTRACTOR QUALIFICATION: DCAM Certificate Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roofing Repairs and Service. CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne McDonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: HVAC 10 Hanover, Town of Public Schools ESTIMATED COST: $50,000 188 Broadway CONTRACTOR QUALIFICATION: DCAM Certificate Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: HVAC Repairs and Maintenance. CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne McDonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Septic Pumping 10 Hanover, Town of Public Schools ESTIMATED COST: $15,000 188 Broadway CONTRACTOR QUALIFICATION: Hanover, MA 02339 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Septic and Grease Tank Pumping Services. CONTACT INFORMATION PHONE 781-878-0786 FAX: 781-871-3374 Joanne Mcdonough EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/18/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This Submission Replaces Previous Submission Entitled Septic Pumping 09.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Holden, Town of 1196 Main St. ESTIMATED COST: $550,000 Holden, MA 01520 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Sidewalk construction and reconstruction and intersection reconstruction on Doyle Rd. and Salisbury St. CONTACT INFORMATION PHONE 508-829-0246 FAX: 508-829-0252 James Zingarelli EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Office of Town Manager, 1204 Main St., Holden, MA 01520, 5/4/09, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/21/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid meeting: 5/13/09 at 10:00 A.M. in the Selectmen's Meeting Room at the above agency address. MassHighway Pre-qualification required to take out Bid document.

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: 504 Holyoke, City of ***RE-ADVERTISED*** Purchasing Department ESTIMATED COST: $16,600,000 536 Dwight St. CONTRACTOR QUALIFICATION: DCAM Certificate Holyoke, MA 01040 ***PRE-QUALIFIED GENERAL AND HVAC BIDDERS ONLY** (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Holyoke High School Renovation Project. CONTACT INFORMATION PHONE 413-322-5650 FAX: 413-322-5651 David A Martins, Chief Procurement Officer EMAIL: [email protected] (Carl Weber) PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/13/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/21/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Prequalified HVAC Bidders Only ADDITIONAL INFORMATION Only pre-qualified General and HVAC Contractors will be allowed to submit bids for this Project. A list of pre- qualified bidders is available at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 09-16 Holyoke, City of Gas and Electric Department ESTIMATED COST: $55,000.00 99 Suffolk St. CONTRACTOR QUALIFICATION: Holyoke, MA 01040 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Mueller Road LNG Driveway Repaving. CONTACT INFORMATION PHONE 413-536-9308 FAX: 413-552-0392 Yocelyn Figueroa EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8:00 A.M. - 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory pre-bid meeting and site visit: 5/7/09 at 10:00 A.M. A bid deposit equal to 5% of the total value of the bid must be submitted with all bid proposals. The successful bidder will be required to obtain a Payment Bond equal to 50% of the contract value and a Performance Bond equal to 100% of the contract value.

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: NOV1 Hudson, Town of Housing Authority ESTIMATED COST: $80,000.00 8 Brigham Circle CONTRACTOR QUALIFICATION: Hudson, MA 01749 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: New site work improvements to include asphalt paving, masonry retaining walls guardrail and granite strips. Work on this project not to begin until 9/15/09, no finish paving before 10/1/09 and all work must be complete by 11/15/09. CONTACT INFORMATION PHONE 978-562-9268 FAX: 978-562-4623 Bob Barrell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 5/1/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/29/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: T0345 Lawrence, City of Economic Development Department ESTIMATED COST: $1,200,000 200 Common St. CONTRACTOR QUALIFICATION: DCAM Certificate Lawrence, MA 01840 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Project consists of the abatement and demolition of the structures and smoke stacks at 290 - 350 Merrimack St., Lawrence. The structures to be abated and demolished include demolition of half (20,600 square feet) of the 41,200 square foot, seven-story building at 350 Merrimack St., complete demolition of the 56,500 square foot structure at 300 Merrimack St. and complete demolition of the 45,500 square foot building and two smoke stacks approximately 250' in height at 290 Merrimack St. CONTACT INFORMATION PHONE 978-794-1792 FAX: 978-794-1793 Rick Friberg, PE EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE T.E.C., Inc., 65 Glenn St., Lawrence, MA 01843, 4/29/09 at 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A site visit is strongly recommended prior to picking up a bid package.

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: 372 Lawrence, City of Housing Authority ESTIMATED COST: $860,000.00 65 Union St. Rear CONTRACTOR QUALIFICATION: DCAM Certificate Lawrence, MA 01840 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Repairs to the boiler systems in 12 buildings. Contractor Category: HVAC. CONTACT INFORMATION PHONE 978-689-0775 ext. 313 FAX: 978-686-5612 Peter Sirois EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 10:30 A.M. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Job site available for inspection 5/7/09 at 10:00 A.M. at the Merrimack Development, 56 Melvin St., Lawrence. $20 Plan Deposit.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: SRV-609 Lenox, Town of 6 Walker St. ESTIMATED COST: $20,000 Lenox, MA 01240 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Kennedy Park Improvements at West Dugway Rd., Lenox. Repair Existing Earthen 3000 Square Foot Pond Including Clearing, Installing Ten-Foot Pipe, Re-grading Spillway, Temporary Drawdown, Shrub Plantings, Stone Dust Trail and Trail Subdrain to Feed Pond. CONTACT INFORMATION PHONE 413-743-0013 FAX: 413-743-0790 Jason Krzanowski EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Hill-Engineers, 41 Park St., Adams, MA 01220, 4/7/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 152016 Lenox, Town of Housing Authority ESTIMATED COST: $322,000.00 6 Main St. CONTRACTOR QUALIFICATION: Lenox, MA 02140 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Demolition and replacement of existing walks, roadway, parking lot, exterior stairs, storm water drainage system, plantings, exterior lighting and parking lot. CONTACT INFORMATION PHONE 413-637-5585 FAX: 413-637-5586 Ms. Martha Joyner EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Thursday, 9:00 A.M. - 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site Walk-through: 5/7/09 at 10:00 A.M. at the site.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Lex #09-41 / ProjectDog 678972 Lexington, Town of Department of Public Facilities ESTIMATED COST: $30,000 146 Maple St. CONTRACTOR QUALIFICATION: DCAM Certificate Lexington, MA 02420 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnish and Install new air-conditioning system, at high school network server room. inclusive of minor electrical and sprinkler work. Contractor Category: HVAC. CONTACT INFORMATION PHONE FAX: Mark W. Barrett, Project Manager EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Available through www.ProjectDog.com (ProjectDog code #678972), 4/20/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Site Walk-Through: 5/5/09 at 3:00 P.M. at the High School Main Offices. Bidders may obtain bid sets online at www.ProjectDog.com, enter Project code #678972 in the project locator box and follow the prompts to the downloadable Bid Set free of charge. Bidders may obtain one Bid Set in the form of a CD by calling ProjectDog or at the ProjectDog plan room. Bidders may also purchase paper drawings and specifications by calling ProjectDog for details or on www.ProjectDog.com. Bidders may also call ProjectDog for details on a refundable plan deposit. Question regarding plan distribution must be directed to ProjectDog at 978-499-9014.

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: DHCD Project # 155015 Lexington, Town of Housing Authority ESTIMATED COST: $145,064.00 One Countryside Village CONTRACTOR QUALIFICATION: DCAM Certificate Lexington, MA 02420 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Vynebrook Village Window Replacement Project. CONTACT INFORMATION PHONE 781-861 0900 FAX: Steve Keane EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:30 A.M. Office Hours: Monday - Thursday, 8:30 A.M. - 4:30 P.M.; (place, date and time) Friday, 8:30 A.M. - 12:30 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/26/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 09001.00 Littleton, Town of School Building Committee ESTIMATED COST: $330,000. 37 Shattuck St. CONTRACTOR QUALIFICATION: DCAM Certificate Littleton, MA 01460 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Russell Street Elementary School Asbestos Abatement and Related Work. Contractor Category: Asbestos Removal. CONTACT INFORMATION PHONE 617-964-1700 FAX: 617-969-9054 DRA architects EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE D.R.A. Architects, 141 Herrick Rd., Colby Hall, Newton Center, MA 02459, 4/30/09 at 2:00 P.M. Office (place, date and time) Hours: Monday - Friday, 9:00 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN 5/14/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/21/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Acoustical Ceiling; Resilient Flooring. ADDITIONAL INFORMATION Pre-Bid conference: 5/6/09 at 3:00 P.M. at the Russell Street Elementary School, 57 Russell St., Littleton. Two sets of Bid Documents may be obtained by each Bidder upon payment of money order or check for $100.00 per set, payable to Town of Littleton. Deposit will be refunded only upon return of complete sets of Bid Documents in good condition within 14 days after bid opening. Bidders requesting Bid Documents to be mailed shall include an additional separate non-refundable check of $20 ($30 international) for each set, payable to Drummey Rosane Anderson, Inc. for shipping and handling. 5% Bid Deposit required, payable to Town of Littleton.

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: FY09-035 Lowell, City of Department of Public Works ESTIMATED COST: $40,000 1361 Middlesex St. CONTRACTOR QUALIFICATION: Lowell, MA 01851 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Repair elevator of the Lowell High School Freshman Academy at 40 Paige St., as per specifications. CONTACT INFORMATION PHONE 978-970-3301 FAX: 978-970-4071 T.J. McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 03-13 Lynn, City of Purchasing Department ESTIMATED COST: $40,000.00 3 City Hall Square Room 205 CONTRACTOR QUALIFICATION: Lynn, MA 01901 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnish and Install Exterior Doors at the Brickett School for the City of Lynn Inspectional Services Department. CONTACT INFORMATION PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:30 A.M.. Office Hours: Monday, Wednesday and Thursday, 8:30 (place, date and time) A.M. - 4:00 P.M.; Tuesday, 8:30 A.M. - 8:00 P.M.; Friday, 8:30 A.M. - 12:30 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This project is bid under MGL Ch. 30 S. 39M.

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: 3146 Maynard, Town of Department of Public Works Office ESTIMATED COST: $9.2 Million 195 Main St. CONTRACTOR QUALIFICATION: DCAM Certificate Maynard, MA 01754 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: WWTP Upgrade and Improvements. The project will consist of the addition of a tertiary treatment process to remove phosphorus, upgrade of the electrical and instrumentation system and replacement of existing equipment and systems. Invitation to bid extended to pre-qualified general contractors and sub-contractors except for those filed sub-bid trades listed below. CONTACT INFORMATION PHONE 978-897-1017 FAX: 978-897-7290 Jerry Flood EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/27/09 @ 4:00 P.M. GENERAL BID DEADLIN 6/17/09 @ 4:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Roofing and Flashing, Miscellaneous and Ornamental Iron ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Medford, City of Office of Procurement ESTIMATED COST: $25,000/Year 85 George P. Hassett Drive Room 205 CONTRACTOR QUALIFICATION: Medford, MA 02155 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal, Disposal and Recycling of Street/Sidewalk Debris. CONTACT INFORMATION PHONE 781-393-2465 FAX: Catherine M. D'Orazio, MCPPO EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A $75.00 refundable bid deposit is due upon receipt of the specifications.

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: Mendon, Town of Highway Department ESTIMATED COST: $50,000.00 P.O. Box 51 CONTRACTOR QUALIFICATION: Department of 66 Providence St. Highway Mendon, MA 01756 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Various Equipment Hire and Services. CONTACT INFORMATION PHONE 508-473-0737 FAX: 508-473-6558 Alan Tetreault EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 7:00 A.M. - 3:30 P.M. or Mendon Town Clerk or Board of (place, date and time) Selectmen, 20 Main St., Mendon, Monday - Thursday, 8:30 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/27/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Mendon, Town of Highway Department ESTIMATED COST: $100,000.00 P.O. Box 51 CONTRACTOR QUALIFICATION: Department of 66 Providence St. Highway Mendon, MA 01756 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Modified Bituminous Cracksealing on various roads. CONTACT INFORMATION PHONE 508-473-0737 FAX: 508-473-6558 Alan Tetreault EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 7:00 A.M. - 3:30 P.M. or Mendon Town Clerk or Board of (place, date and time) Selectmen, 20 Main St., Mendon, Monday - Thursday, 8:30 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/27/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Mendon, Town of Highway Department ESTIMATED COST: $200,000.00 P.O. Box 51 CONTRACTOR QUALIFICATION: Department of 66 Providence St. Highway Mendon, MA 01756 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Type I Bituminous Concrete (delivered and spread). CONTACT INFORMATION PHONE 508-473-0737 FAX: 508-473-6558 Alan Tetreault EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 7:00 A.M. - 3:30 P.M. or Mendon Town Clerk or Board of (place, date and time) Selectmen, 20 Main St., Mendon, Monday - Thursday, 8:30 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/27/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Mendon, Town of Highway Department ESTIMATED COST: $30,000.00 P.O. Box 51 CONTRACTOR QUALIFICATION: 66 Providence St. Mendon, MA 01756 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Various Road Material (annual bid). CONTACT INFORMATION PHONE 508-473-0737 FAX: 508-473-6558 Alan Tetreault EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 7:00 A.M. - 3:30 P.M. or Mendon Town Clerk or Board of (place, date and time) Selectmen, 20 Main St., Mendon, Monday - Thursday, 8:30 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/27/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Milton, Town of Engineering Department ESTIMATED COST: $400,000 629 Randolph Ave. CONTRACTOR QUALIFICATION: Milton, MA 02186 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Sewer System Infiltration Rehabilitation, Year Five, Contract S09-1. The scope of work includes construction of 29,550 linear feet of cleaning and television inspection, 191 manhole inspections, 20,320 linear feet of cleaning, inspection, testing and sealing; 258 vertical feet of cementitious manhole lining, 5,595 linear feet of sewer line root treatment, 198 linear feet of cured-in-place short liner, cured-in-place structural short liner, 885 linear feet of cured-in-place liner, open cut point repair, 66 testing and sealing of service connections and other related tasks. 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, 4/29/09, 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 DEADLIN GENERAL BID DEADLIN 5/22/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION $50.00 refundable deposit, $25.00 non-refundable mailing fee in the form of checks, payable to Weston & Sampson Engineer, Inc.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 09-26 Natick, Town of Public Schools ESTIMATED COST: $390,000 13 East Central St. CONTRACTOR QUALIFICATION: Natick, MA 01760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Provide and install Kitchen Equipment in two schools: Kennedy, $240,000; Memorial, $150,000. CONTACT INFORMATION PHONE 508-647-6504 FAX: Robert Graham EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Crabtree McGrath Associates, 153 Andover St., Danvers, MA 01923, 978-762-6464, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE 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: IFB 09089-PFO-25C Needham, Town of Public Facilities Operations Department ESTIMATED COST: $100,000 470 Dedham Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Needham, MA 02492 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal and Replacement of Exterior Doors at the Pollard School. CONTACT INFORMATION PHONE 781-455-7534 FAX: 781-449-9023 Judy Oakes EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE DPW Building, Administration Office, 470 Dedham Ave. 2nd Floor, Needham, MA 02492, by email to (place, date and time) [email protected] or phone to 781-455-7534, 4/29/09 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/19/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Pre-bid Conference: 5/11/09 at 3:30 P.M. at Pollard School, 200 Harris Ave., Needham. No charge for bid specs. Specs will not be mailed or faxed. Bids subject to MGL Ch. 149 provisions. DCAM Certificate and 5% bid deposit required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: NA-2009-004 North Adams, City of ***RE-BID*** Office of Community Development ESTIMATED COST: $100,000.00 10 Main St. Room 221 CONTRACTOR QUALIFICATION: North Adams, MA 01247 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Re-Roof and Louver Repairs at the Notre Dame Church. CONTACT INFORMATION PHONE 413-786-9600 FAX: 413-786-8699 Craig Spice EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Reinhardt Associates, Inc., 430 Main St., Agawam, MA 01001, 4/29/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/13/09 @ 12:00 P.M. GENERAL BID DEADLIN 5/22/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Div 7 Roofing (Section 07300 Asphalt Shingle Roofing & Flashing and Section 07500 - SBS Membrane Roofing ADDITIONAL INFORMATION Pre-Bid conference: 5/1/09 at 10:00 A.M. at the Notre Dame Church, 222 East Main St., North Adams. Bid documents available for a $100.00 deposit, payable to the City of North Adams. Bidders wishing documents to be mailed must include a $30.00 non-refundable check, payable to Reinhardt Associates, Inc., to cover mailing and handling charges.

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: 5 North Attleboro, Town of Department of Public Works ESTIMATED COST: $25,000 Highway Division CONTRACTOR QUALIFICATION: 49 Whiting St. North Attleboro, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Cracksealing (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 8 North Attleborough, Town of Department of Public Works ESTIMATED COST: $100,000 Highway Division CONTRACTOR QUALIFICATION: Department of 49 Whiting St. Highway North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Installation of Granite Curbing and Concrete Sidewalks (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 9 North Attleborough, Town of Department of Public Works ESTIMATED COST: $25,000 Highway Division CONTRACTOR QUALIFICATION: 49 Whiting St. North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Installation of Guardrails (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 10 North Attleborough, Town of Department of Public Works ESTIMATED COST: $25,000 Highway Division CONTRACTOR QUALIFICATION: 49 Whiting St. North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Line Painting. CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE 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: 11 North Attleborough, Town of Department of Public Works ESTIMATED COST: $175,000 Highway Division CONTRACTOR QUALIFICATION: Department of 49 Whiting St. Highway North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Microsurfacing (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 13 North Attleborough, Town of Department of Public Works ESTIMATED COST: $175,000 Highway Division CONTRACTOR QUALIFICATION: Department of 49 Whiting St. Highway North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Reclamation of Roads (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 15 North Attleborough, Town of Department of Public Works ESTIMATED COST: $200,000 Highway Division CONTRACTOR QUALIFICATION: Department of 49 Whiting St. Highway North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Resurfacing of Streets (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 17 North Attleborough, Town of Department of Public Works ESTIMATED COST: $25,000 Highway Division CONTRACTOR QUALIFICATION: 49 Whiting St. North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Thermoplastic Lines (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 18 North Attleborough, Town of Department of Public Works ESTIMATED COST: $75,000 Highway Division CONTRACTOR QUALIFICATION: Department of 49 Whiting St. Highway North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Trench Milling and Repaving (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: North Attleborough, Town of Department of Public Works ESTIMATED COST: $25,000 Highway Division CONTRACTOR QUALIFICATION: 49 Whiting St. North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Urban Forestry Services (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE 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: 2 North Attleborough, Town of Department of Public Works ESTIMATED COST: Highway Division CONTRACTOR QUALIFICATION: 49 Whiting St. North Attleboro, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Catch Basin Repair (Annual Bid). CONTACT INFORMATION PHONE 508-695-9621 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: North Attleborough, Town of Department of Public Works ESTIMATED COST: Highway Division CONTRACTOR QUALIFICATION: Department of 49 Whiting St. Highway North Attleborough, MA 02760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous Concrete Sidewalk Repairs (Annual Bid). CONTACT INFORMATION PHONE 508-695-6921 FAX: 508-643-0568 Tom McCarthy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

45 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: Noyes Building Oak Bluffs, Town of Affordable Housing Committee ESTIMATED COST: $750,000 P.O. Box 1327 CONTRACTOR QUALIFICATION: DCAM Certificate 56 School St. Oak Bluffs, MA 02557 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Town of Oak Bluffs is converting its old library structure which consists of one two-story building and one single-story addition into three units of affordable rental apartments and one unit of commercial space. The commercial space will be finished only to the sheetrocked walls and the lessee will be responsible for finishing the commercial space for its use. CONTACT INFORMATION PHONE 508-693-3554 ext. 113 FAX: 508-696-7736 Michael Dutton EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Bristol County Blueprint Co., 98 Spring St., New Bedford, MA 02740-5939, 508-990-0444, 5/7/09 after (place, date and time) 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN 5/21/09 @ 12:00 P.M. GENERAL BID DEADLIN 6/4/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Electrical Work, Heating Ventilation and Air Conditioning, Masonry, Painting, Plumbing, Tile ADDITIONAL INFORMATION All questions must be directed in writing to the Architect, Durkee, Brown, Viveiros & Werenfels Architects, 111 Chestnut St., Providence, RI 02903, Attn: Cecelia Hallahan, AIA, email [email protected] or Fax 401- 331-1945. Plans may be mailed.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: DHCD Project No. 229045 Peabody, City of ***CORRECTION*** Housing Authority ESTIMATED COST: $1,200,000.00. 75 Central St. CONTRACTOR QUALIFICATION: DCAM Certificate Peabody, MA 01960-4302 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Window Replacement at the Seeglitz Building consisting of the removal of all existing windows in the scope area and the installation of new thermally broken, aluminum windows with 1” insulating glass, removal and replacement of all interior window sills and painting of the interior of window surrounds. Contractor Category: Windows and Doors. CONTACT INFORMATION PHONE 617-268-8977 ext. 244 FAX: 617-464-2971 Robert Wilkin, CBI Consulting EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/8/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/13/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/27/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Waterproofing Damproofing and Caulking ADDITIONAL INFORMATION Site visit: 5/6/09 at 9:00 A.M. at the Seeglitz Building, 75 Central St., Peabody. This is a correction to a previous advertisement.

46 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: Peabody, City of Office of the Purchasing Agent ESTIMATED COST: $300,000 24 Lowell St. CONTRACTOR QUALIFICATION: Peabody, MA 01960 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Stream Channel Cleaning along Foster Street Culverts. Open and closed culvert system extending approximately 1,000 linear feet. CONTACT INFORMATION PHONE 978-538-5902 FAX: Maria Ataide EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Information contained herein may be modified as appears in Legal Advertisement or Specifications issued by City of Peabody.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Rockland, Town of ***RE-BID*** Public Schools ESTIMATED COST: Superintendent's Office CONTRACTOR QUALIFICATION: 34 MacKinlay Way Rockland, MA 02370 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Three Year Electrical Services Contract. CONTACT INFORMATION PHONE 781-878-3893 FAX: 781-982-1483 Mr. Doric Scarpelli EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION 5% Bid Deposit Required.

47 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: Bid #06-09 Saugus, Town of 298 Central St. ESTIMATED COST: $55,000.00 Saugus, MA 01906 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Operation and Maintenance of Municipal Street Lighting System. CONTACT INFORMATION PHONE 781-231-4125 FAX: 781-231-5666 Michele Wendell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 5/1/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/21/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Shrewsbury, Town of Highway Department ESTIMATED COST: $20,000 100 Maple Ave. CONTRACTOR QUALIFICATION: Shrewsbury, MA 01545 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Equipment Hire for Various Town Departments. CONTACT INFORMATION PHONE 508-841-8513 FAX: 508-841-8497 John F. Knipe, Jr EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. Office Hours: Monday - Friday, 8:00 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

48 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: 274080 Somerville, City of ***RE-ADVERTISED*** Housing Authority, ESTIMATED COST: $35,000 30 Memorial Rd. CONTRACTOR QUALIFICATION: Somerville, MA 02145 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Mystic Development 200-2: Reasonable accommodation for up to five units. The project consists of Renovations to three to five bathrooms to replace tubs with barrier-free showers. The Scope of Work will generally include but not be limited to: demolish existing bathtub, tub accessories, and bath flooring. Replace with accessible shower, accessories and ceramic wall and floor tile. CONTACT INFORMATION PHONE 617-625-1152 ext. 344 FAX: 617-623-0137 George Silvi, Director of Modernization EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A sample unit will be available for inspection 5/5/09 at 10:00 A.M. at the above agency address. Plan deposit of $25 per set, payable to the Somerville Housing Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Stockbridge, Town of Select Board ESTIMATED COST: $235,000.00 50 Main St. CONTRACTOR QUALIFICATION: Department of Stockbridge, MA 01262 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Cold in place recycling of various Town roads. Approximately 48,600 square yards. CONTACT INFORMATION PHONE 413-298-5506 FAX: Clint Schneyer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/21/09 after 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

49 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: Stockbridge, Town of Select Board ESTIMATED COST: 50 Main St. CONTRACTOR QUALIFICATION: Department of Stockbridge, MA 01262 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous Asphalt Resurfacing of various roads. Approximately 8,500 Tons. CONTACT INFORMATION PHONE 413-298-5506 FAX: Clint Schneyer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/22/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: TRAFSIG-09-12 Swampscott, Town of Office of the Town Administrator ESTIMATED COST: $75,000 22 Monument Ave. CONTRACTOR QUALIFICATION: Swampscott, MA 01907 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Three year contract for traffic signal maintenance and repair. CONTACT INFORMATION PHONE 781-596-8850 FAX: 781-596-8851 Andrew Maylor, Town Administrator EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/30/09. Office Hours: (place, date and time) Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 2:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 5/12/09 at 2:00 P.M. in the First Floor Conference Room at the above agency address.

50 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: PW 10-02 Tewksbury, Town of Department of Public Works ESTIMATED COST: $103,000.00 999 Whipple Rd. CONTRACTOR QUALIFICATION: Department of Tewksbury, MA 01876 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: In-Place Pavement Reclamation. CONTACT INFORMATION PHONE 978-640-44440 FAX: 978-640-4445 Brian Gilbert, DPW Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 4/29/09 (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Tyngsborough, Town of 25 Bryants Lane ESTIMATED COST: $36,000 Tyngsborough, MA 01879 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Three-year agreement for Household hazardous waste collection, transportation and disposal services. CONTACT INFORMATION PHONE 978-649-2317 FAX: 978-649-2320 Rosemary Cashman EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

51 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: Waltham, City of 610 Main St. ESTIMATED COST: $140,000 Waltham, MA 02452 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Siding Replacement at the Stanley School. Contractor Category: General Building Construction CONTACT INFORMATION PHONE 781-314-3240 FAX: 781-314-3245 Purchasing Dept. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE For specs, call Elaine at 781-314-3242 or Geri at 781-314-3243. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 5/6/09 at 9:00 A.M. For Technical info, call Joe Fournier at 781-899-6908.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Waltham, City of 610 Main St. ESTIMATED COST: $185,000 Waltham, MA 02452 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Locker Replacement at the McDevitt School. Contractor Category: General Building Construction. CONTACT INFORMATION PHONE 781-314-3240 FAX: 781-314-3245 Purchasing Dept. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE For specs, call Elaine at 781-314-3242 or Geri at 781-314-3243. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 10:45 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 5/6/09 at 10:30 A.M. For Technical info, call Joe Fournier at 781-899-6908.

52 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: Waltham, City of 610 Main St. ESTIMATED COST: $180,000 Waltham, MA 02452 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Theatrical Rigging Equipment at McDevitt and Kennedy Schools. Contractor Category: Theatrical Rigging. CONTACT INFORMATION PHONE 781-314-3240 FAX: 781-314-3245 Purchasing Dept. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE For specs, call Elaine at 781-314-3242 or Geri at 781-314-3243. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/24/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 5/6/09 at 12:00 P.M. For Technical info, call Joe Fournier at 781-899-6908.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Warren, Town of Board of Selectmen ESTIMATED COST: $380,000 P.O. Box 609 CONTRACTOR QUALIFICATION: Warren, MA 01083 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bacon St. Improvement Project: Water main replacement and service connections; new drainage system; new and reset granite curbing; segmental retaining walls; roadway and sidewalk reconstruction; plantings. CONTACT INFORMATION PHONE 413-781-6045 FAX: 413-732-2593 Christopher J. Dunphy EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Pioneer Valley Planning Commission (PVPC), 26 Central St., West Springfield, MA 01089, 4/29/09, 9:00 (place, date and time) A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION No pre-bid meeting scheduled. Bidders are advised to inspect the area. Plans and specs may be obtained for a $50 refundable fee in the form of a certified check, money order or company check, payable to the Town of Warren. Documents will be mailed for a $25 fee, payable to the PVPC. The project is being funded by the FY'08 MA DHCD Block Grant Program.

53 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: 09E-80-107 Wellesley, Town of Municipal Light Plant (WMLP) ESTIMATED COST: 455 Worcester St. CONTRACTOR QUALIFICATION: Wellesley, MA 02481 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Line and Service Body for Use with 46 Foot Material Handling Aerial Bucket Unit. CONTACT INFORMATION PHONE 781-235-7600 FAX: 781-237-1949 Donald H. Newell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION All proposals must be enclosed in a sealed envelope plainly marked "Line and Service Body for Use With Forty-Six Foot Material Handling Aerial Bucket Unit, Specification #09E-80-107, Municipal Light Plant, Opening Date: May 14th 2009." No envelope may contain more than one proposal. WMLP reserves the right to accept or reject any or all Proposals, to waive any informalities in bidding, to award to one or more Bidders some or all items on which Proposals are requested, and to award in such other manner as may be deemed in the best interest of the Town of Wellesley.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Contract Number 08-01 Westborough, Town of Department of Public Works Manager ESTIMATED COST: $800,000 131 Oak St. CONTRACTOR QUALIFICATION: DCAM Certificate Westborough, MA 01581 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Work consists of the rehabilitation of two pump stations. One a centrifugal pump station with wet/dry well configuration and the other a submersible pump station. In addition the project will require pipe bursting of approximately 1,000 feet of existing force main and bypass pumping at both stations. CONTACT INFORMATION PHONE 978-371-4057 FAX: 978-371-2468 Jami Walsh EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE AECOM, 300 Baker Ave. Suite 290, Concord, MA 01742, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/13/09 @ 10:00 A.M. GENERAL BID DEADLIN 5/27/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE Electrical ADDITIONAL INFORMATION $75 Refundable Deposit, payable to AECOM. $50 Non-Refundable Mailing Fee, payable to AECOM.

54 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: 09-011 Weston, Town of Public Schools ESTIMATED COST: $12,000 Case House CONTRACTOR QUALIFICATION: 89 Wellesley St. Weston, MA 02493 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Purchase and Installation of Ceiling Fans at the Weston High School Cafeteria and Library. CONTACT INFORMATION PHONE 781-529-8082 FAX: 781-529-8099 Cynthia D. Mahr EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Winchester, Town of Office of the Town Engineer ESTIMATED COST: $65,00.00 71 Mt. Vernon St. CONTRACTOR QUALIFICATION: Winchester, MA 01890 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Installation of new windows, including asbestos abatement. Interior painting of corridor walls. CONTACT INFORMATION PHONE 781-721-7165 FAX: 781-721-7166 Margaret T. White EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. Office Hours: 8:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/13/09 @ 11:00 A.M. GENERAL BID DEADLIN 5/21/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE Painting ADDITIONAL INFORMATION Pre-bid Meeting: 5/7/09 at 3:00 P.M. at the Main Office, 33 Bates Rd., Winchester. $25 plan deposit fee. A FedEx account number is required to have the plans mailed.

55 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: 5009-W9 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: Clubhouse Renovations at the Green Hill Golf Course for the Department of Public Works and Parks. CONTACT INFORMATION PHONE FAX: Christopher Gagliastro EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or download from website (place, date and time) www.ci.worcester.ma.us/pur and go to link "Open Bids". CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: DWSRF No. 2929 Abington and Rockland Joint Water Works 96 East Water St. ESTIMATED COST: $3.1 Million Rockland, MA 02370 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Water Storage Tanks, Contract No. 2. Scope of work includes the removal of the 500,000 and 750,000 gallon Lincoln Street standpipes, construction of a new 1,250,000 gallon steel standpipe, the construction of a 400,000 gallon steel spheroid Chestnut Street water storage tank, improvements to the Lincoln Street Pump Station, installation of valve vaults and yard piping, telemetry and electrical improvements. 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, 4/29/09, 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 DEADLIN GENERAL BID DEADLIN 5/19/09 @ 1:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION $50.00 refundable deposit, $25.00 non-refundable mailing fee in the form of checks, payable to Weston & Sampson Engineers, Inc.

56 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: TRC0810FM1 Administrative Offices of the Trial Court (AOTC) Court Facilities Bureau ESTIMATED COST: $100,000.00 (Maximum) Suffolk County Courthouse CONTRACTOR QUALIFICATION: Administrative Services 3 Pemberton Square Room #207 (required for building contracts over $100,000 and Boston, MA 02108 highway contracts over $50,000) PROJECT: South Boston District Court Asbestos Abatement Project. The Court Facilities Bureau of the AOTC invites sealed bids from qualified contractors for asbestos abatement work related to a heating system upgrade at the South Boston District Courthouse, 535 East Broadway, South Boston. Work will include removing all asbestos-containing and suspect asbestos-containing insulation from all piping located in specified areas. The selected bidder will furnish all necessary labor, materials, equipment/machinery and the performance of all operation to provide a complete working system as required by the specification. CONTACT INFORMATION PHONE 617-725-3161 FAX: 617-725-8266 Chris Groman EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/21/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A site visit to the facility is mandatory for all prospective bidders. Bids are subject to the provisions of MGL Ch. 30 S. 39M as amended and to the minimum prevailing wage rates as required by MGL Ch. 149 S. 26-27H. Copies of these documents may be obtained for a deposit of $10.00 in the form of a treasurer's check or official bank check, payable to the Commonwealth of Massachusetts. All bids received must be accompanied by a bid deposit in the amount of 5% of the value of the bid amount, considering all alternatives, payable to the Commonwealth of Massachusetts. All work will be conducted in accordance with EPA, OSHA, DOT, MA DLWD, DEP, Federal, State and Local regulations and with all other authorities having jurisdiction. The selected bidder must provide copies of all disposal documentation and all necessary training certificates, fees, permits and licenses.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: R90CN01 Bay Transportation Authority, Massachusetts (MBTA) Contract Administration ESTIMATED COST: Ten Park Plaza Room 6720 CONTRACTOR QUALIFICATION: Boston, MA 02116 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Quincy Harbor Express Commuter Boat Parking Lot Improvements, Quincy. CONTACT INFORMATION PHONE 617-222-5348 FAX: 617-222-5299 Sajal Banarjee EMAIL: [email protected], [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/17/09, 8:30 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site Tour: 5/6/09 at 10:00 A.M. Pre-Bid Conference: 5/6/09 at 2:00 P.M. $50 mailing fee for contract documents.

57 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: Blackstone-Millville Regional School District Regional High School ESTIMATED COST: $40,000.00 175 Lincoln St. CONTRACTOR QUALIFICATION: Blackstone, MA 01504 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Abatement of asbestos, repair of damaged asbestos spray coating and associated repair work at Regional High School and JFK Elementary School, both in Blackstone. CONTACT INFORMATION PHONE 413-875-1304 FAX: 413-568-9764 Jason L. Hayward, Tighe & Bond, Inc. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Tighe & Bond, Inc., 53 Southampton Rd., Westfield, MA 01085, 4/29/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid site inspection and briefing: 5/7/09 at 3:00 P.M. at the above agency address. For directions, visit www.bmrsd.net.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: P09-2590-C1A Conservation and Recreation, Department of 251 Causeway St. ESTIMATED COST: $600,505.00 Boston, MA 02114 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Tennis and Basketball Court Rehabilitation. CONTACT INFORMATION PHONE 617-626-4923/617-626-1428 FAX: 617-626-1449 Mark MacLean, Project Mgr./Johnnie-Mae Cabral, for Specs EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 5/6/09 at 10:00 A.M. in the Atrium at the above agency address. Cost for documents is $100.00 (refundable). General Contractors must be DCR Pre-qualified in Category: General Construction - All Types or 8- Recreational Facilities or 9-Other-Site Development.

58 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: H17 Pavement Reclamation Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $180,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Reclamation of pavement in various towns in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: H16- Liquid Asphalt Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $116,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Liquid Asphalt applied in various communities in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

59 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: H15 Bitumous Concrete Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $2 Million Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous concrete picked up and applied in various towns in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by calling 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: H14 Stone Seal Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $180,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Stone Seal applied in various towns in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

60 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: H11 Road Crack Sealing Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $264,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Road crack sealing for various towns in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: H10 Guardrail Installed Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $300,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Guardrail installed in various towns in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

61 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: H9-Highway Line Painting Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $50,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Highway line painting in various communities in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: H8 Catch Basin Cleaning Franklin Regional Council of Governments 425 Main St. Suite 20 ESTIMATED COST: $50,000 Greenfield, MA 01301 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Catch basin cleaning for various towns in Franklin County. CONTACT INFORMATION PHONE 413-774-3167 ext. 104 FAX: 413-774-3169 Andrea Woods EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email to [email protected] or by phone to 413-774-3167 ext. 104, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

62 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: 603619 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $1,329,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Dighton - Taunton: Bridge Replacement (Bridge No. D-08-013=T-01-025) on Old Somerset Ave. over the . Contractor Category: Bridge Construction. CONTACT INFORMATION PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/16/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION For more information check the Internet at www.comm-pass.com.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 605378 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $501,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: District 2: Reconstruction of Drainage Structures at Various Locations in Area A. Contractor Category: Highway Construction or Sewer and Waste. CONTACT INFORMATION PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/16/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION For more information check the Internet at www.comm-pass.com.

63 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: 605606 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $500,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: District 3: Fabrication and Installation of Overhead and Ground-Mounted Guide Signs. Contractor Category: Structural Signing. CONTACT INFORMATION PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/16/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION For more information check the Internet at www.comm-pass.com.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 605379 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $501,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: District 2: Reconstruction of Drainage Structures at Various Locations in Area B. Contractor Category: Highway Construction or Sewer and Waste. CONTACT INFORMATION PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/23/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION For more information check the Internet at www.comm-pass.com.

64 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: Paving Roads,Driveway,Parking Mental Health, Department of Office of Facilities Management ESTIMATED COST: $90,000 25 Staniford St. Room 3078 CONTRACTOR QUALIFICATION: Boston, MA 02114 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Transit grade various areas and amend or add dense grade base to ensure three-inch to five-inch hardpan surfaces. Machine lay two-inch binder and 1-1/2-inch top coat, etc. CONTACT INFORMATION PHONE 617-626-8054 FAX: 617-626-8046 Kris Mishra, Project Engineer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 - 5/19/09, 8:00 A.M. - 4:00 P.M. and 5/20/09, 8:00 A.M. - 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 5/13/09 at 9:30 A.M. at the Power Plant at Taunton State Hospital, 60 Hodges Ave. Extension, Taunton. MBE/WBE contractors are encouraged to inquire about this project. Please direct questions regarding scope of work to Kris Mishra, Project Engineer, at 617-626-8054.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: DMR 09-27 Mental Retardation, Department of Engineering Office ESTIMATED COST: $70,000 500 Harrison Ave. CONTRACTOR QUALIFICATION: Boston, MA 02118 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replace Roof and Siding at 2 Dudley Rd., Framingham. Remove existing siding and replace with new vinyl. Replace existing EPDM roof with new roof. Duration of contract is 45 Calendar days. CONTACT INFORMATION PHONE 617-624-7887 FAX: 617-624-7576 Sheila O'Brien EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 - 5/12/09, Monday - Friday, 9:00 A.M. - 4:30 P.M. and 5/13/09 0:00 (place, date and time) A.M. - 1:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bid Deposit/Bid Bonds of 5% of the total bid price must secure each bid. Bid deposits must be in the form of bid bond, certified check, treasurer's or cashiers check, payable to the Commonwealth of Massachusetts. Contractor must be capable of securing a Performance and Payment Bond in the amount of 100& of the contract price.

65 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: FY10-2 Pathfinder Regional Vocational Technical High School District ESTIMATED COST: $315,000.00 Superintendent/Business Office CONTRACTOR QUALIFICATION: DCAM Certificate 240 Sykes St. Palmer, MA 01069 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Requesting proposals for addition of a pre-engineered structure, plumbing and site work. Approximate size 50' X 60', single story. This is a modular construction project under MGL c.149, s. 44E. Proposers for this modular construction project must be certified by DCAM to perform modular construction. CONTACT INFORMATION PHONE 413-283-9701 ext. 238 FAX: 413-284-0032 Gregory J. Falcone EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09, 9:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/3/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid walk-through: 5/13/09 at 2:30 P.M. at the above agency address. A $50.00 (refundable) deposit is required for the design prints. In accordance with MGL c. 149, s. 44E, price and non price proposals must be submitted in separate envelopes. There will not be a public opening of proposals. Proposals will be evaluated per the aforementioned statute.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: H198-C1 Port Authority, Massachusetts Capital Programs Department ESTIMATED COST: $2,000,000.00 One Harborside Drive Suite 209S CONTRACTOR QUALIFICATION: East Boston, MA 02128 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Rehab Taxiways M and G at L.G. Hanscom Field in Bedford. CONTACT INFORMATION PHONE 617-568-3560 FAX: 617-568-5998 Joseph Gaidis EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/23/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bid Documents in electronic format may be obtained free of charge at the above agency address with any addenda or amendments the Authority may issue and a printed copy of the Proposal form. For the complete Notice, log on to www.massport.com.

66 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: M299-C1 Port Authority, Massachusetts Capital Programs Department ESTIMATED COST: $1,200,000.00 One Harborside Drive Suite 209S CONTRACTOR QUALIFICATION: East Boston, MA 02128 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fish Pier Modifications in South Boston. CONTACT INFORMATION PHONE 617-568-5976 FAX: 617-568-5998 Nhuy Hoang EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/24/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: THCP7003 Public Health, Department of Tewksbury Hospital ESTIMATED COST: $24,000 Facilities Office CONTRACTOR QUALIFICATION: 365 East St. Tewksbury, MA 01876-1998 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Carpet Installation at the Sheehan Building. CONTACT INFORMATION PHONE 978-851-7321 ext. 2095 FAX: 978-858-3829 Joseph Bithell, Perimeter Building Maintenance Coordinator EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Walk-Through: 5/6/09 at 9:00 A.M. at the C1 Conference Room of the Saunders Building at the above agency address. Plans/Specs will not be mailed, faxed or emailed. Tewksbury Hospital will arrange to have FedEx pick up plans/specs at your expense by emailing a request to [email protected] and include a mailing address and FedEx account number. There is no charge for these documents.

67 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: MI-1439 Southern Berkshire Regional School District Purchasing Department ESTIMATED COST: $85,000 P.O. Box 339 CONTRACTOR QUALIFICATION: 491 Berkshire School Rd. Sheffield, MA 01257 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Upgrade fire alarm system to intelligent digital addressable type system. CONTACT INFORMATION PHONE 413-229-7858 FAX: 413-229-2913 Fred Finkle EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Maintenance building at the above agency address, 5/5/09 after 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory site contractor's site review: 5/14/09 at 10:00 A.M. at the Maintenance Building across the parking lot from the High School at the above agency address. $20.00 Spec fee, $20.00 mailing fee.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: BSB_Mechanical_09 State Office Buildings, Bureau of (BSB) One Ashburton Place Room 107 ESTIMATED COST: $4,500,000 Boston, MA 02108 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: This Contract is for the operations and maintenance of the mechanical systems and equipment (S&E) and mechanical systems monitoring at the four buildings managed by the Bureau of State Office Buildings located in Boston. These buildings are the Massachusetts State House, the John W. McCormack Building, the Charles F. Hurley Building, and the Erich V. Lindemann Mental Health Center. The site is also known as the Government Center Complex (GCC). CONTACT INFORMATION PHONE 617-727-1100 ext. 24132 FAX: 617-727-2576 Brian Rittershaus EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/4/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Walk-through: 5/12/09. Plans do not require a deposit. Plans will not be mailed.

68 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: UMAPP09-153 University of Massachusetts - Amherst Procurement Department ESTIMATED COST: $75,000.00 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: Campus, Custodial Restroom Floor Restoration. CONTACT INFORMATION PHONE 413-545-1095 FAX: 413-545-1643 Peter Royer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/19/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: UMA09-54 University of Massachusetts - Amherst Procurement Office ESTIMATED COST: $247,500.00 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: Lincoln Apartments Deck Repair, Phase II. Contractor Category: General. CONTACT INFORMATION PHONE FAX: Peter Royer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/20/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 5/6/09 at 10:00 A.M. at Lincoln Apartments, Building 1. 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 made payable to UMass. A courier account number is required with the check in order to have the package mailed.

69 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: UMA09-55 (Re-Bid) University of Massachusetts - Amherst Procurement Office ESTIMATED COST: $3,7000,000.00 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: Lincoln Campus Center Complex Electrical Upgrade. Contractor Category: Electrical. CONTACT INFORMATION PHONE 413-545-0361 FAX: Peter Royer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/13/09 @ 12:00 P.M. GENERAL BID DEADLIN 5/20/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE 04001-Masonry;09001-Painting;15500-HVAC. Note: Allsub-bidders must submit with their bid a valid DCAM Certificate of Eligibility & a valid DCAM UpdateStatement. ADDITIONAL INFORMATION Plans and specs may be obtained upon receipt of a refundable deposit of $150.00 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: DD09HF53 University of Massachusetts - Dartmouth Foster Administration Building ESTIMATED COST: $70,000.00 285 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 both fire alarm and fire suppression systems for all academic and support buildings on the Dartmouth Campus as identified in this request for proposals. Fire suppression systems include automatic sprinkler systems governed by (NFPA 13), standpipes (NFPA 14), a Total Flooding Carbon Dioxide System (NFPA 12) and (3) electric driven fire pumps (NFPA 20). Alarm systems shall include the testing and maintenance of the central station Keltron receivers, Keltron Radio Boxes and all 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, 4/17/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

70 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: UML09-007 South University of Massachusetts - Lowell 883 Broadway St. ESTIMATED COST: $500,000 Lowell, MA 01854 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Remove existing single ply and bituminous roofing down to structural deck and install new insulated single ply roof systems and accessories. CONTACT INFORMATION PHONE 978-934-3500 FAX: 978-934-5070 Patricia Vaillancourt EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167 or www.biddocsonline.com, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory site visit: 5/7/09 at 9:30 A.M. at Allen House, Solomont Way, Lowell. Plan deposit of $50 (refundable) for one set only, $50 (non-refundable) for each additional set. Mailing fee is $40 per set (non-refundable). Payments in the form of a Certified or Cashier’s check only, payable to BidDocs Online, Inc.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: UML09-008 East University of Massachusetts - Lowell 883 Broadway St. ESTIMATED COST: $500,000 Lowell, MA 01854 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Remove existing single ply and bituminous roofing down to structural deck and install new insulated single ply roof systems and accessories. CONTACT INFORMATION PHONE 978-934-3500 FAX: 978-934-5070 Patricia Vaillancourt EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167 or www.biddocsonline.com, 4/29/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory site visit: 5/7/09 at 12:30 P.M. behind the Parking Garage at Bourgeois Hall, Pawtucket St, Lowell. Plan deposit of $50 (refundable) for one set only, $50 (non-refundable) for each additional set. Mailing fee is $40 per set (non-refundable). Payments in the form of a Certified or Cashier’s check only, payable to BidDocs Online, Inc.

71 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: Phase III WWTF Improvements Upper Blackstone Water Pollution Abatement District 50 Route 20 ESTIMATED COST: $20 Million - $25 Million Millbury, MA 01527 – 2199 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Request for Expressions of Interest, Construction Manager at Risk: The Upper Blackstone Water Pollution Abatement District (District) seeks qualified firms to serve as a Construction Manager at Risk (CM@Risk) for the construction of the Phase III Wastewater Treatment Facility Improvements project. The project includes but is not limited to storm drain improvements, upgrades to sludge thickening, new sludge dewatering units, new ash handling system for the multiple hearth furnaces, odor control for sludge handling and renewable energy work at the District’s 45 mgd treatment facility. The District requests that firms interested in providing CM@Risk services for this project provide a written expression of interest by 5/15/09. CONTACT INFORMATION PHONE 617-452-6637 FAX: 617-452-6637 Eric Spargimino EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/15/09 (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Preliminary design of the Phase III improvements is currently being prepared by the engineering firm Camp Dresser & McKee Inc. (CDM). CDM will serve as designer of the Phase III improvements and will work in concert with the Construction Manager from preliminary design onward. It is anticipated that the proposal submission process will commence by June 2009. The evaluation process will be conducted in July 2009, with the award of the contract shortly thereafter.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: AIP 3-25-0061-18-2009 Westover Metropolitan Development Corporation 255 Padgette St. ESTIMATED COST: $75,000 Chicopee, MA 01022 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Hangar 11 Tail Door and Miscellaneous Structural Modifications at Westover Metropolitan Airport. CONTACT INFORMATION PHONE 413-593-5543 FAX: 413-593-5546 Gordon Hutchinson EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Westover Metropolitan Airport, Airport Management Office, 255 Padgette St., Chicopee, MA 01022, (place, date and time) 4/29/09 at 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/13/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION There will be no formal pre-bid conference. Arrangements for viewing the existing hangar building can be made by contacting Gordon Hutchinson at the Westover Metropolitan Development Corporation at 413-593-5543. Viewings will be scheduled at the convenience of the Westover Metropolitan Development Corporation and will only be scheduled prior to 5/6/09.

72 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 4962 Cambridge, City of PROJECT: Broadway Ellery Street Storm Water Project. 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. Dagle Electrical Construction Defelice Corp. L.M. Holdings, LLC 271 Nevada St. 285 Salem St. 386 Broadway Rd. 540 Groton Rd. Newtonville, MA 02460 Woburn, MA 01801 Dracut, MA 01826 Westford, MA 01886

Revoli Construction 90 Earls Way Franklin, MA 02038

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2009-13 Franklin, Town of PROJECT: Street Light Maintenance. 355 East Central St. Franklin, MA 02038 CONTACT PHONE 508-553-4866 FAX: 508-541-5253 Norma Collins EMAIL: [email protected]

BETCO: Boston Electric & Telephone Corp. 1854 Dorchester Ave. Boston, MA 02124

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 99135 Gloucester, City of PROJECT: Main, Pleasant, Poplar, Prospect and Rogers Streets Improvement. 9 Dale Ave Gloucester, MA 01930 CONTACT PHONE 978-281-9710 FAX: 978-281-8763 Jody Honsa EMAIL: [email protected]

D. & R. Contracting, Inc. 138 Franklin St. Stoneham, MA 02180

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 99147 Gloucester, City of PROJECT: Sand Filter Replacement Project WTF. 9 Dale Ave. Gloucester, MA 01930 CONTACT PHONE 978-281-9710 FAX: 978-281-8763 Jody Honsa EMAIL: [email protected]

Aqua Solutions, Inc. Infilco Degremont, Inc. North Atlantic Construction The Maher Corp. 154 West Grove St. 8007 Discovery Drive 453 Newburyport Turnpike 192 Pleasant St. Middleboro, MA 02346 Richmond, VA 23229 Rowley, MA 01969 Rockland, MA 02370

Waterline Industries Kinsmen Corp. Scherbon Consolidated Weston & Sampson 7 London Lane 35 Londonderry Turnpike 40 Haverhill Rd. 5 Centennial Drive Seabrook, NH 03874 Hooksett, NH 03106 Amesbury, MA 01913 Peabody, MA 01960

73 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Lynn, City of PROJECT: Exterior Retaining Wall Replacement at the Sewell-Anderson Purchasing Department Elementary School, 25 Ontario St., Lynn. 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected]

Roger A. Tremblay Specialty Contractors Contracting Specialists Calnan Construction, LLC 10 Colonial Rd. Unit 4 49 Danton Drive 435 South Main St. 17 Reservoir Rd. Salem, MA 01970 Methuen, MA 01844 Attleboro, MA 02703 Lynn, MA 01905

Farnese Construction, Inc. 78 Schanda Drive Newmarket, NH 03857

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 03-11 Lynn, City of PROJECT: Bituminous Road Materials, Cold Planing and Related Items for the Purchasing Department City of Lynn Department of Public Works and Lynn Water and Sewer 3 City Hall Square Room 205 Commission. Lynn, MA 01901 CONTACT PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected]

D. & R. General Contracting, Inc. 138 Franklin St. Stoneham, MA 02180

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 153 Marblehead, Town of PROJECT: Processing of ABC Materials and Removal of Solid Fill from the Board of Water and Sewer Commissioners Marblehead Water and Sewer Department Lower Yard. 100 Tower Way Building 11 Marblehead, MA 01945 CONTACT PHONE 781-890-3980 FAX: 781-890-1491 John O'Brien EMAIL: [email protected]

R.D.A. Construction Corp. C.J. Mabardy, Inc. McLaughlin Brothers Contracting 35 North St. 50 Mooney St. Corp. Canton, MA 02021 Cambridge, MA 02138 120 Clinton St. Brockton, MA 02302

74 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: RBA Project No. 2916.01 Marlborough, City of PROJECT: Wall Repair Project at Marlborough Middle School. 140 Main St. Marlborough, MA 01752 CONTACT PHONE 508-460-3521 FAX: 508-460-3565 John L. Ghiloni EMAIL: [email protected]

Village Forge Whipple Construction Vareika Construction, Inc. Aluminum & Glass Concepts, In 51 Industrial Drive 44 Portland St. 219 Walnut St. Suite B 210 Andover St. Unit 25 Readville, MA 02137 Worcester, MA 01608 West Bridgewater, MA 02379 Wilmington, MA 01887

Reed Construction Data Greenwood Industries, Inc. 30 Technology Parkway South Sui P.O. Box 2800 100 Worcester, MA 01613-2800 Norcross, GA 30092

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: W-121 Natick, Town of PROJECT: Purchase of Precast Buildings. Board of Selectmen 75 West St. Natick, MA 01760 CONTACT PHONE 781-890-3980 FAX: 781-890-1491 Gregory J. Eldridge EMAIL: [email protected]

Concrete Modular Systems, Inc. Rotondo Precast 700 Brady Rd. 41 Almeida Rd. Tarpon Springs, FL 34689 Rehoboth, MA 02769

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Needham, Town of PROJECT: High Rock School Moving Services. Permanent Public Building Committee 1471 Highland Ave. Needham, MA 02492 CONTACT PHONE 781-453-8040 FAX: 781-449-9023 Steve Popper EMAIL: [email protected]

Diamond Relocation, Inc. Isaac's Moving & Storage Brookline Transportation Mayflow Olympia Moving & Storage 27 Water St. 181 Campanelli Parkway 249 Oceana Way 17 Bridge St. Wakefield, MA 01880 Stoughton, MA 02072 Norwood, MA 02062 Watertown, MA 02472

Office Environments of New Engla Transit Services of NE, Inc. McCollisters Transportation Group Pinnacle Office Solutions, LLC 100 Fordham Rd. P.O. Box 147 Inc. 100 Conifer Hill Drive Suite 508 Wilmington MA 01887 Northbridge, MA 01534 29B Concord St. Danvers, MA 01923 North Reading, MA 01864

Walecka & Sons William B. Meyer Marks Moving A.J. Movers, LLC 2375 Cranberry Highway 255 Long Beach Boulevard 111 Milk St. 9 Delaware Drive #4 West Wareham, MA 02576 Stratford, CT 06615 Westborough, MA 01581 Salem, NH 03073

75 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: North Brookfield, Town of PROJECT: New 8,500 square foot Police Facility. Police Facility Building Committee 215 North Main St. North Brookfield, MA 01535 CONTACT PHONE 860-548-0802 FAX: 860-548-0800 Jeff McElravy, Tecton Architects, INC. EMAIL: [email protected]

Berkshire Flooring, Inc. Reed Construction Data P. & P. General Contractor Cogswell Sprinkler Co. 441 Curran Highway 30 Technology Parkway South Sui 284 Dresser Hill Rd. 22 Canterbury St. North Adams, MA 01247 500 Dudley, MA 01571 Worcester, MA 01610 Norcross, GA 30092

Worcester County Refrigeration Greenwood Industries, Inc. Page Building Construction Co. Yankee Technology 50 Kingsbury St. 40 Howe Ave. 135 Old Page St. Suite 4 280 Moody St. Worcester MA 01610 Millbury, MA 01527 Stoughton, MA 02072 Ludlow, MA 01056

C.A.M. HVAC & Construction Royal Steam Heater Beacon Site Development Corp. Lidco Electrical Contractor 116 Lydia Ann Rd. 499 Main St. 800 Main St. 452 Main St. Smithfield, RI 02917 Gardner, MA 01440 Holden, MA 01520 Holden, MA 01520

Twin City Solutions Cintas Fire Protection Ostrow Electric Contractors ProjectDog 28 Airport Rd. 70 Bacon St. 9 Mason St. 18 Graf Rd. Unit #8 Fitchburg, MA 01420 Pawtucket, RI 02860 Worcester, MA 01609 Newburyport, MA 01950

Comeau Excavating R.A.C. Builders Kapiloff's Glass, Inc. Seaver Construction 5 Shenandoah Drive 12 School St. 47 New Ashford Rd. 57 Russell St. Paxton, MA 01612 Agawam, MA 01001 Williamstown, MA 01267 Woburn, MA 01801

Central Construction Rustic Fire Protection, Inc. Nadeau Corp. Souliere & Zepka Construction, I 30 Harris St. 320 West Main St. 727 Washington St. 5 Spring St. Putnam, CT 06260 Norton, MA 02766 South Attleboro, MA 02703 Adams, MA 01220

A.R Green & Son, Inc. Quinn Brothers of Essex, Inc. V. & G. Ironworks, Inc. Capital Masonry Corp. 19 St. James Ave. 239 Western Ave. 1500 Shawsheen St. 277 South St. Holyoke, MA 01040 Essex, MA 01929 Tewksbury, MA 01876 Walpole, MA 02081

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Peabody, City of PROJECT: Bituminous Materials and Related Paving Services. Purchasing Department 24 Lowell St. Peabody, MA 01960 CONTACT PHONE 978-538-5901 FAX: Daniel Doucette EMAIL:

Aggregate Industries Bit Con Corp. D. & R. General Contracting, Inc. Brox Industries, Inc. 1715 Broadway 75 High St. 138 Franklin St. 1471 Methuen St. Saugus, MA 01906 Topsfield, MA 01983 Stoneham, MA 02180 Dracut, MA 01826

Benevento Asphalt Atlantic Paving Corp. Mario Susi & Sons Pavement Maintenance Systems, 900 Salem St. 140 Canal St. 36 Westwood St. P.O. Box 3848 Wilmington, MA 01887 Salem, MA 01970 Dorchester, MA 02121 Peabody, MA 01960

Sunshine Paving Co. 89 Meadowbrook Rd. North Chelmsford, MA 01863

76 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2902r Plymouth, Town of PROJECT: Holmes Point Pumping Station. 11 Lincoln St. Plymouth, MA 02360 CONTACT PHONE 508-747-1620 FAX: 508-830-4133 Pamela Hagler EMAIL: [email protected]

Royal Steam Heater Co. Sparks Co., Inc. G. & H. Heater & Coolant LaFleur Electrical Co. 499 Main St. 451 Long Highway 133 County Rd. P.O. Box 77 Gardner, MA 01440 Little Compton, RI 02837 East Freetown, MA 02717 6 Elm St. Auburn, MA 01501

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2911 Plymouth, Town of PROJECT: Bourne Road Realignment. 11 Lincoln St. Plymouth, MA 02360 CONTACT PHONE 508-747-1620 FAX: 508-830-4133 Pamela Hagler EMAIL: [email protected]

J.R.D. Inc. P.A. Landers McLaughlin Brothers P.O. Box 351 24 Factory Pond Rd. 120 Clinton St. Assonet, MA 02702 Hanover, MA 02339 Brockton, MA 02302

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2909 Plymouth, Town of PROJECT: Bradford Well Rehabilitation. 11 Lincoln St. Plymouth, MA 02360 CONTACT PHONE 508-747-1620 FAX: 508-830-4133 Pamela Hagler EMAIL: [email protected]

Brite Lite Casey Plumbing & Heating Itt Flygt Corp. Norris H Tripp Co. 11 Front St. P.O. Box 421 78K Olympia Ave. 253 Cedar St. Weymouth, MA 02183 25 Cornerwood Drive Woburn, MA 01801 New Bedford, MA 02740-4397 Harwich Port, MA 02646-2005

Philip Electric, Inc. Robert B. Our Sparks Co., Inc. Waterline Industries 69 Milton St. Suite 201 24 Great Western Rd. 451 Long Highway 7 London Lane Dedham, MA 02026 Harwich, MA 02645 Little Compton, RI 02837 Seabrook, NH 03874

Kinsmen Corp. CProjects.com Royal Steam Heater Co. Barbato Construction 35 Londonderry Turnpike 30 Controls Drive Suite 200 499 Main St. 155 Grove St. Hooksett, NH 03106 Shelton, CT 06484 Gardner, MA 01440 Middleboro, MA 02346

P.J. Dionne Co. LaFleur Electrical Contractor Enterprise Equipment Irvine & Sons 60 Jonspin Rd. P.O. Box 77 276 Liberty Parkway 147 Blossom St. Wilmington, MA 01887 6 Elm St. Weymouth, MA 02189 Lynn MA 01902 Auburn, MA 01501

Stanley Roofing Co., Inc. 42 Michell Rd. Ipswich, MA 01938

77 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: DPC 2310.6 Reading, Town of PROJECT: Reading Memorial High School Site Improvements. Public Schools 82 Oakland Rd. Reading, MA 01867 CONTACT PHONE 617-271-9800 FAX: 617-241-5143 David Capaldo EMAIL:

Site Improvements Farnese Construction Co., Inc. J.B.M. General Contractors, Inc. U.E.L. Contractors, Inc. 45 Christopher Drive 78 Schanda Drive 265 Winn St. Suite 304 270 Airport Rd. Methuen, MA 01844 Newmarket, NH 03857 Burlington, MA 01803 Fitchburg, MA 01420

Sunshine Paving Corp. J.J. Phelan & Son Co., Inc. R.S. Hurford Co., Inc. 89 Meadowbrook Rd. 120 Lumber Lane 268 Main St. Unit #236 Chelmsford, MA 01824 Tewksbury, MA 01876 North Reading, MA 01864

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: BOATRAMP-09 Swampscott, Town of PROJECT: Rehabilitating a concrete boat ramp at Fisherman's Beach. 22 Monument Ave. Swampscott, MA 01907 CONTACT PHONE 781-596-8810 FAX: 781-596-2427 Sheryl Levenson, MCPPO, Purchasing Agent EMAIL: [email protected]

T. Ford Co. Unified Contracting Roger A. Tremblay Contractors Contracting Specialists 118 Tenney St. 87 East St. 10 Colonial Rd. #4 453 South Main St. Georgetown, MA 01833 Melrose, MA 02176 Salem, MA 01970 Attleboro, MA 02703

Bridges, LLC A.G.M. Marine Contracting Aqua Line Utility R.S. Hurford 85 S Bow St. 30 Echo Rd. 268 Washington St. 246 Main St. Milford, MA 01757 Mashpee, MA 02649 East Bridgewater, MA 02331 North Reading, MA 01864

North Shore Marine Manter Co. J.T. Construction Eugene Ricciardelli, Inc. 1 Jefferson Ave. 20 Popes Lane P.O. Box 815 856 Salem St. Salem, MA 01970 Danvers, MA 01923 Bridgewater, MA 02324 Lynnfield, MA 01940

Specialty Diving Services Dayco Construction 192 Smith St. 410 Loring Ave. North Kingstown, RI 02852 Salem, MA 01970

78 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 08-2061 Swansea, Town of PROJECT: New Swansea Police Headquarters Office of Board of Selectmen 81 Main St. Swansea, MA 02777 CONTACT PHONE 413-786-9600 FAX: 413-786-8699 John MacMillan EMAIL: [email protected]

Seamless Industrial Systems Energy Electric Co., Inc. Marmelo Brothers Construction Co Complete Concrete, LLC 10 Wellesley Circle 740 Quaker Highway Inc. 104 Production Rd. Unit 5 South Hadley, MA 01075 Uxbridge, MA 01569 13 Ventura Drive Walpole, MA 02081 North Dartmouth, MA 02747

Electrical Maintenance & Control, Furey Roofing & Construction Co. C.T.A. Construction Co. Elizabeth Contracting, Inc. 116 Budlong Rd. Inc. 60 K St. 5 Wight Lane Cranston, RI 02920 150 Carolina Ave. Boston, MA 02127 Westwood, MA 02090 Providence, RI 02905

Marathon Fire Protection, Inc. Rockwell Roofing, Inc. Belcour Corp. J. & D. Drywall Inc. 578 Arcade Ave. P.O. Box 479 P.O. Box 813 788 State Rd. Seekonk, MA 02771 44 Pond St. 99 Front St. North Dartmouth, MA 02747 Leominster, MA 01453 Woonsocket, RI 02895

Architectural Window Systems, Inc Beacon Site Development Corp. A. & A. Window Products, Inc. G. & R. Construction, Inc. 258 Old Lyman Rd. 800 Main St. 10 Lazy D Drive 253 Centre St. South Hadley, MA 01075 Holden, MA 01520 Easthampton, MA 01027 Quincy, MA 02169

Building Specialties P.O. Box 2581 Springfield, MA 01101

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: A/E Project No. 08024.00 Weymouth, Town of PROJECT: Kitchen and Dormitory Renovations at Fire Station No. 2, 636 Broad Department of Municipal Licenses and Inspections St., East Weymouth. 75 Middle St. East Weymouth, MA 02189 CONTACT PHONE 781-878-6223 FAX: 781-878-8920 Jim McKinnell EMAIL: [email protected]

Mill City Construction Vareika Construction M.C.I. Contracting, Inc. Contractor's Network 7 Old Great Rd. 219 Walnut St. Suite B 1296 Washington St. 190 Taunton Ave. Lincoln, RI 02865 West Bridgewater, MA 02379 Stoughton, MA 02072 Seekonk, MA 02771

Dandis Contracting, Inc. K. & S. Builders, Inc. 42 Charles St. P.O. Box 5416 Boston, MA 02136 9 Ravine Rd. Wayland, MA 01778

79 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: A/E Project No. 08024.10 Weymouth, Town of PROJECT: Kitchen and Dormitory Renovations at Fire Station No. 1, 195 North Department of Municipal Licenses and Inspections St., Weymouth. 75 Middle St. East Weymouth, MA 02189 CONTACT PHONE 781-878-6223 FAX: 781-878-8920 Jim McKinnell EMAIL: [email protected]

Mill City Construction Vareika Construction M.C.I. Contracting, Inc. Contractor's Network 7 Old Great Rd. 219 Walnut St. Suite B 1296 Washington St. 190 Taunton Ave. Lincoln, RI 02865 West Bridgewater, MA 02379 Stoughton, MA 02072 Seekonk, MA 02771

Dandis Contracting, Inc. K. & S. Builders, Inc. 42 Charles St. P.O. Box 5416 Boston, MA 02136 9 Ravine Rd. Wayland, MA 01778

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 603550 Highway Department, Massachusetts PROJECT: Adams: Resurfacing and Related Work on a Section of Route 10 Park Plaza 116/Orchard St. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

A. Pereira Construction Co., Inc. J.H. Maxymillian, Inc. C. & A. Construction Co., Inc. Warner Brothers, LLC 11 Chapin St. 1801 East St. 157 Carmelina’s Circle 325 Amherst Rd. Ludlow, MA 01056 Pittsfield, MA 01201 Ludlow, MA 01056 Sunderland, MA 01375 $1,791,100.00 $1,799,609.63 $1,830,865.00 $2,186,445.50

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 604463 Highway Department, Massachusetts PROJECT: Ashburnham: Concrete Bridge Superstructure Replacement (Bridge 10 Park Plaza No. A-11-016) on Lake Rd. over Watatic Lake Outlet. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

Construction Dynamics, Inc. B. & E. Construction Corp. M.A.S. Building & Bridge, Inc. Tully Construction Corp. 270 Airport Rd. 72 Island St. 842 Upper Union St. Unit 8 69 Bruce Lane Fitchburg, MA 01420 Stoughton, MA 02072 Franklin, MA 02038 Southbridge, MA 01550-2303 $657,686.00 $686,272.00 $692,242.00 $713,263.00

Tasco Construction, Inc. David G. Roach & Sons, Inc. R. Bates & Sons, Inc. Clayton D. Davenport Trucking, 92 Stonybrook Rd. 1276 Patrill Hollow Rd. 57 Lawrence St. 30 Colrain St. Belmont, MA 02478 Ware, MA 01082 Clinton, MA 01510 Greenfield, MA 01301 $717,188.80 $719,795.49 $731,673.00 $775,621.00

New England Infrastructure, Inc. E. T. & L. Corp. Northern Construction Service, LL 13 Brent Drive 873 Great Rd. 775 Pleasant St. Unit 11 Hudson, MA 01749 Stow, MA 01775 Weymouth, MA 02189 $777,777.00 $796,698.00 $884,430.00

80 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 604576 Highway Department, Massachusetts PROJECT: Attleboro - Foxborough: Resurfacing and Related Work on a Section 10 Park Plaza of Interstate I-95. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

J.H. Lynch & Sons, Inc. P.A. Landers, Inc. Aggregate Industries, Northeast 50 Lynch Place 351 Winter St. Region, Inc. Cumberland, RI 02864 Hanover, MA 02339 1715 Broadway $6,280,922.00 $6,544,828.25 Saugus, MA 01906 $7,996,256.07

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 604224 Highway Department, Massachusetts PROJECT: Bourne: Resurfacing and Related Work on a Section of Route 6 10 Park Plaza (Scenic Highway). Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

P.A. Landers, Inc. P.J. Keating Co. Lawrence-Lynch Corp. 351 Winter St. 998 Reservoir Rd. 396 Gifford St. Hanover, MA 02339 Lunenburg, MA 01462 Falmouth, MA 02540 $1,419,967.50 $1,596,045.50 $1,707.677.00

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 601104 Highway Department, Massachusetts PROJECT: Bridgewater - Middleborough: Resurfacing and Related Work on a 10 Park Plaza Section of Route 18 and Route 28/Bedford St. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

T.L. Edwards, Inc. P.A. Landers, Inc. P.J. Keating Co. D. & R. General Contracting, Inc 100 Wales Ave. Rear 351 Winter St. 998 Reservoir Rd. 138 Franklin St. Avon, MA 02322 Hanover, MA 02339 Lunenburg, MA 01462 Stoneham, MA 02180 $2,274,868.50 $2,298,332.50 $2,301,866.00 $2,310,037.43

Aggregate Industries, Northeast Region, Inc. 1715 Broadway Saugus, MA 01906 $2,451,238.18

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605544 Highway Department, Massachusetts PROJECT: District 2: Crash Cushion System Refurbishment at Various 10 Park Plaza Locations. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

Visi-Flash Rentals Eastern, Inc. 31 Pleasant St. West Bridgewater, MA 02379 $89,430.00

81 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605250 Highway Department, Massachusetts PROJECT: District 3: Facilities Maintenance and Repair at Various Locations. 10 Park Plaza Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

The Backyard Collaborative, Inc. J. & J. Contractors, Inc. N.E.L. Corp. 7 Bridge St. Unit 9 35 Market St. Suite 401 One Farm Lane #101 Billerica, MA 01821 Lowell, MA 01852 Georgetown, MA 01833 $167,350.00 $187,000.00 $205,750.00

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605560 Highway Department, Massachusetts PROJECT: District 4: Borings, Geotechnical Testing and Related Work at 10 Park Plaza Various Locations. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

New Hampshire Boring, Inc. Geosearch, Inc. 25 Nashua Rd. Suite F1 20 Authority Drive Londonderry, NH 03053 Fitchburg, MA 01420 $693,440.00 $722,325.00

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605018 Highway Department, Massachusetts PROJECT: Lexington to Reading: Guide and Traffic Sign Replacement on a 10 Park Plaza Section of Interstate I-95. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

Liddell Brothers, Inc. RoadSafe Traffic Systems, Inc. Visi-Flash Rentals Eastern, Inc. 600 Industrial Drive 55 Bodwell St. 31 Pleasant St. Halifax, MA 02338 Avon, MA 02322-0357 West Bridgewater, MA 02379 $2,571,730.47 $2,703,362.15 $3,005,740.00

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 604827 Highway Department, Massachusetts PROJECT: Lowell: Three Steel Bridge Rehabilitation Including Painting (Bridge 10 Park Plaza No. L-15-059, L-15-060, L-15-061) on Route 110 and Route 38 over Boston, MA 02116-3973 and VFW Parkway. CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

M.I.G. Corp., Inc. S.P.S. New England, Inc. E. T. & L. Corp. J.F. White Contracting Co. One Acton Place Suite 200 98 Elm St. 873 Great Rd. 10 Burr St. Acton, MA 01460 Salisbury, MA 01952 Stow, MA 01775 Framingham, MA 01701 $10,844,655.00 $11,823,104.00 $12,383,331.00 $12,855,679.75

82 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605113 Highway Department, Massachusetts PROJECT: Swansea: Resurfacing and Related Work on a Section of Route 10 Park Plaza 6/Grand Army of the Republic Highway. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

J. H. Lynch & Sons, Inc. P.J. Keating Co. P. A. Landers, Inc. Aggregate Industries, Northeast 50 Lynch Place 998 Reservoir Rd. 351 Winter St. Region, Inc. Cumberland, RI 02864 Lunenburg, MA 01462 Hanover, MA 02339 1715 Broadway $3,362,787.00 $3,417,995.00 $3,498,463.00 Saugus, MA 01906 $3,772,144.40

Cardi Corp. 400 Lincoln Ave. Warwick, RI 02888 $3,790,241.75

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 07-2004 Holyoke Intermodal Facility, LLC PROJECT: Phase 2 Renovations and Repairs for the New Holyoke Intermodal c/o Peter Pan Bus Lines, Inc. Facility. 1776 Main St. Springfield, MA 01103 CONTACT PHONE 413-786-9600 FAX: 413-786-8699 John MacMillan EMAIL: [email protected]

Topper & Griggs Group, LLC Haber Brothers, Inc. A. & A. Architectural Woodworkin Colmac Construction, LLC 339 Cooke St. 47 Lawn St. Inc. 184 Munger Hill Rd. Plainville, CT 06062 South Hadley, MA 01075 104C Mainline Drive Westfield, MA 01085 Westfield, MA 01085

Witch Enterprises, Inc. Commercial Storefront Services, In Innovative Services, Inc. United Dry Wall Co., Inc. P.O. Box 673 1265 John Fitch Boulevard P.O. Box 897 291 Langevin St. Agawam, MA 01001 South Windsor, CT 06074 40 Vernon Ave. Chicopee, MA 01020 Vernon, CT 06066

DOS Concrete Service, Inc. Cogswell Sprinkler Co., Inc. P.O. Box 6 22 Canterbury St. Easthampton, MA 01027 Worcester, MA 01610

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 302713 Martha’s Vineyard Airport PROJECT: Shift Runway 6-24 303’ Northeast, Construct Runway 6-24, End General Aviation Building Safety Areas 500’ x 1,000’, Relocate Taxiway "A" at 6 End and at 24 71 Airport Rd. End, Relocate Taxiway "D", Install New Runway 6-24 HIRLS, West Tisbury MA 02568 Martha’s Vineyard Airport/County of Dukes, Vineyard Haven. CONTACT PHONE 603-669-5555 FAX: 603-669-4168 Steve Bouchard EMAIL: [email protected]

Airport Lighting Co. of NY, Inc. S. & R. Corp. 108 Fairgrounds Drive 706 Broadway St. Manlius, NY 13104 Lowell, MA 01854

83 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Martha’s Vineyard Airport PROJECT: Shift Runway 6-24 303’ Northeast, Construct Runway 6-24, End General Aviation Building Safety Areas 500’ x 1,000’, Relocate Taxiway "A" at 6 End and at 24 71 Airport Rd. End, Relocate Taxiway "D", Install New Runway 6-24 HIRLS, West Tisbury, MA 02568 Martha’s Vineyard Airport/County of Dukes, Vineyard Haven. CONTACT PHONE 603-669-5555 FAX: 603-669-4168 Steve Bouchard, Project Manager EMAIL: [email protected]

Pihl, Inc. R.D.A. Construction Corp. 35 North St. Suite 200 35 North St. Canton, MA 02021 Canton, MA 02021

84 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Andover, Town of PROJECT NUMBER: RFP007/01-09/185 36 Bartlet St. Andover, MA 01810 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 978-623-8216 FAX: 978-623-8240 Elaine M. Shola, Purchasing Agent EMAIL: [email protected] DESCRIPTION: Design and Construction Administration Services for West Middle School Boiler Replacements.

CONTRACT AWARDED TO: CONTRACT AMOUNT: S.E.D. Associates Corp. $12,400.00 132 Lincoln St. Boston, MA 02111

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Avon, Town of PROJECT NUMBER: 2009-1B School Department/Public Schools Patrick Clark Drive Avon, MA 02322 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 508-588-0230 FAX: 508-559-1081 Kathleen McDonald EMAIL: [email protected] DESCRIPTION: Contract for Designer Services including all investigative work, studies, design, design work, preparation of construction documents, construction administration and other related work.

CONTRACT AWARDED TO: CONTRACT AMOUNT: R.D.K. Engineers $75,000.00 200 Brickstone Square Andover, MA 01810-1488

Sub 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: Residing and Repairs to the Existing Solid Waste Maintenance Garage.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Loughton Construction Co., Inc. $71,964.00 539 South St. East Raynham, MA 02767

Sub Contract Award:

85 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Boston, City of PROJECT NUMBER: 08-018C 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: Roofing at Bellflower and Patricia White Developments.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Built-Up Roofing, LLC $438,000.00 1631 Hyde Park Ave. Hyde Park, MA 02136

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Cambridge, City of PROJECT NUMBER: 4914 Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 617-349-4310 FAX: 617-349-4008 Cynthia H. Griffin EMAIL: [email protected] DESCRIPTION: Energy/Management Systems Maintenance and Repair at Various Locations.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Johnson Controls, Inc., Systems & Service $25,707.00 39 Salem St. Lynnfield, MA 01940-5240

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Concord, Town of PROJECT NUMBER: 067037 Housing Authority 34 Everett St. Concord, MA 01742 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 978-369-8435 FAX: 978-369-4269 Judith A. Lincicum EMAIL: DESCRIPTION: Architect Services.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Abacus Architects & Planners $420,000 119 Braintree St. Boston, MA 02134

Sub Contract Award:

86 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Gloucester, City of PROJECT NUMBER: Housing Authority 259 Washington St. Gloucester, MA 01930 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 978-281-4770 FAX: 978-281-6945 William F. Dugan EMAIL: [email protected] DESCRIPTION: Exterior Building Envelope Improvements at Willowood Gardens.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Meadows Construction $134,270.00 166 Middle Rd. Newbury, MA 01951

Sub Contract Award: Metals: Larkin, $29,800. Roofing: Meadows, $33,000.

AWARDING AUTHORITY: AGENCY: North Attleborough, Town of PROJECT NUMBER: 197044 Housing Authority P.O. Box 668 North Attleborough, MA 02761 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-695-5142 FAX: 508-695-6847 Carol Lyons, Executive Director EMAIL: [email protected] DESCRIPTION: Sewer Line Repairs.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Bairos Construction, Inc. $9,000.00 813 County St. Seekonk, MA 02771

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Orange, Town of PROJECT NUMBER: 6 Prospect St. Orange, MA 01364 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 413-586-1600 FAX: Juster Pope Frazier, LLC EMAIL: [email protected] DESCRIPTION: Tully Fire Station on Mill Yard Rd.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Five Star Building Corp. $ 1,200,000.00 17 East St. Easthampton, MA 01027

Sub Contract Award:

87 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Sandwich, Town of PROJECT NUMBER: 130 Main St. Sandwich, MA 02563 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-833-8000 FAX: 508-833-8005 Samuel J. P. Jensen, P.E. EMAIL: [email protected] DESCRIPTION: Moody Drive Stormwater Mitigation.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Lawrence Lynch Corp. $57,820.00 396 Gifford St. Falmouth, MA 02540

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Watertown, Town of PROJECT NUMBER: 321021018 Housing Authority 55 Waverley Ave. Watertown, MA 02472 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-923-3950 FAX: 617-923-2466 Brian Costello EMAIL: [email protected] DESCRIPTION: MAAB Upgrades at 667-3, 100 Warren St.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Lambrian Construction $74,700.00 384 Washington St. Westwood, MA 02090

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Administrative Offices of the Trial Court (AOTC) PROJECT NUMBER: J000108500 Court Facilities Bureau Suffolk County Courthouse Administrative Services PROJECT TYPE: Designer Services 3 Pemberton Square Room #207 CONTACT INFORMATION: PHONE: 617-725-3173 FAX: 617-725-8266 Tony Granger EMAIL: [email protected] DESCRIPTION: Suffolk County Courthouse Fuel Tank Removal and Replacement Project.

CONTRACT AWARDED TO: CONTRACT AMOUNT: T.M.C. Services, Inc. $20,500.00 One Willilam Way Bellingham, MA 02019

Sub Contract Award:

88 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 603550 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Adams: Resurfacing and Related Work on a Section of Route 116/Orchard St.

CONTRACT AWARDED TO: CONTRACT AMOUNT: A. Pereira Construction Co., Inc. $1,791,100.00 11 Chapin St. Ludlow, MA 01056

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 604463 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Ashburnham: Concrete Bridge Superstructure Replacement (Bridge No. A-11-016) on Lake Rd. over Watatic Lake Outlet.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Construction Dynamics, Inc. $657,686.00 270 Airport Rd. Fitchburg, MA 01420

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 604576 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Attleboro - Foxborough: Resurfacing and Related Work on a Section of Interstate I-95.

CONTRACT AWARDED TO: CONTRACT AMOUNT: J.H. Lynch & Sons, Inc. $6,280,922.00 50 Lynch Place Cumberland, RI 02864

Sub Contract Award:

89 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 604224 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Bourne: Resurfacing and Related Work on a Section of Route 6 (Scenic Highway).

CONTRACT AWARDED TO: CONTRACT AMOUNT: P.A. Landers, Inc. $1,419,967.50 351 Winter St. Hanover, MA 02339

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 601104 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Bridgewater - Middleborough: Resurfacing and Related Work on a Section of Route 18 and Route 28/Bedford St,

CONTRACT AWARDED TO: CONTRACT AMOUNT: T.L. Edwards, Inc. $2,274,868.50 100 Wales Ave. Rear Avon, MA 02322

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605544 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: District 2: Crash Cushion System Refurbishment at Various Locations.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Visi-Flash Rentals Eastern, Inc. $89,430.00 31 Pleasant St. West Bridgewater, MA 02379

Sub Contract Award:

90 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605250 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: District 3: Facilities Maintenance and Repair at Various Locations.

CONTRACT AWARDED TO: CONTRACT AMOUNT: The Backyard Collaborative, Inc. $167,350.00 7 Bridge St. Unit 9 Billerica, MA 01821

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605560 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: District 4: Borings, Geotechnical Testing and Related Work at Various Locations.

CONTRACT AWARDED TO: CONTRACT AMOUNT: New Hampshire Boring, Inc. $693,440.00 25 Nashua Rd. Suite F1 Londonderry, NH 03053

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605018 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Lexington to Reading: Guide and Traffic Sign Replacement on a Section of Interstate I-95.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Liddell Brothers, Inc. $2,571,730.47 600 Industrial Drive Halifax, MA 02338

Sub Contract Award:

91 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 604827 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Lowell: Three Steel Bridge Rehabilitation Including Painting (Bridge No. L-15-059, L-15-060, L-15-061) on Route 110 and Route 38 over Merrimack River and VFW Parkway.

CONTRACT AWARDED TO: CONTRACT AMOUNT: M.I.G. Corp., Inc. $10,844,655.00 One Acton Place Suite 200 Acton, MA 01460

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605113 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-9738307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Swansea: Resurfacing and Related Work on a Section of Route 6/Grand Army of the Republic Highway

CONTRACT AWARDED TO: CONTRACT AMOUNT: J.H. Lynch & Sons, Inc. $3,362,787.00 50 Lynch Place Cumberland, RI 02864

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Norfolk, Town of PROJECT NUMBER: 09-01 School Building Committee c/o Joslin, Lesser + Associates, Inc. 44 Pleasant St. PROJECT TYPE: Designer Services Watertown, MA 02472 CONTACT INFORMATION: PHONE: 617-868-7080 FAX: 617-924-3800 Vincent Lavallee EMAIL: [email protected] DESCRIPTION: Freeman Centennial School, Norfolk.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Flansburgh Architects $300,000 77 North Washington St. Boston, MA 02114

Sub Contract Award:

92 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: AP0916-C1 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-5976 FAX: 617-568- Phong Van Ho EMAIL: [email protected] DESCRIPTION: FY'09 - FY'11 Elevator/Escalator Maintenance Term Contract for the Black Falcon Cruise Terminal at the Paul W. Conley Terminal at Boston Fish Pier in South Boston and the Tobin Bridge Administration Building in Charlestown.

CONTRACT AWARDED TO: CONTRACT AMOUNT: 3Phase Elevator Corp. $110,576.00 41 Brooks Drive Suite 1002 Braintree, MA 02184

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: L451-C14 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-3664 FAX: 617-568-5998 Helen Mao EMAIL: [email protected] DESCRIPTION: Noise Mitigation Program in Chelsea.

CONTRACT AWARDED TO: CONTRACT AMOUNT: J.K. Scanlan Co., Inc. $608,000.00 15 Research Rd. East Falmouth, MA 02536

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: LP0913-C1 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-5971 FAX: 617-568-5998 Robert Pelland EMAIL: [email protected] DESCRIPTION: FY'10 - FY'11 Runway/Taxiway Infield Maintenance Term Contract at Logan International Airport in East Boston.

CONTRACT AWARDED TO: CONTRACT AMOUNT: McLaughlin Brothers Contracting Corp. $278,800.00 120 Clinton St. Brockton, MA 02302

Sub Contract Award:

93 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: LP0914-C1 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-5983 FAX: 617-568-5998 Anthony Saunders EMAIL: [email protected] DESCRIPTION: FY'09- FY'12 Term Dock Maintenance and Repair at Logan International Airport in East Boston.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Tascon Corp. $44,997.00 400 Franklin St. Braintree, MA 02184

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts PROJECT NUMBER: M372-C1 Capital Programs Department One Harborside Drive Suite 209S East Boston, MA 02128 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-568-5989 FAX: 617-568-5998 Anthony Bongarzone EMAIL: [email protected] DESCRIPTION: FY'09 - FY'12 Term Dock Maintenance and Repair at Logan International Airport in East Boston.

CONTRACT AWARDED TO: CONTRACT AMOUNT: A.G.M. Marine Contractors, Inc. $100,100.00 30 Echo Rd. Mashpee, MA 02649

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst PROJECT NUMBER: UMA09-57 Procurement Department Goodell Building 140 Hicks Way Room 407 PROJECT TYPE: General Contract Amherst, Ma 01003 CONTACT INFORMATION: PHONE: 413-545-0361 FAX: 413-545-1643 John O Martin Director of Procurement EMAIL: [email protected] DESCRIPTION: Morrill II room 131 Auditorium HVAC.

CONTRACT AWARDED TO: CONTRACT AMOUNT: C.A.M. HVAC & Construction, Inc. $81,750.00 116ydia Ann Rd. Smithfield, RI 02917

Sub Contract Award:

94 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst PROJECT NUMBER: UMA09-46 Procurement Office Goodell Building 140 Hicks Way Room 407 PROJECT TYPE: General Contract Amherst, MA 01003 CONTACT INFORMATION: PHONE: 413-545-0361 FAX: 413-545-1643 John O Martin Director of Procurement EMAIL: [email protected] DESCRIPTION: Chenoweth Lab Addition.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Vanguard Construction $860,270.00 465 Nashua Rd. Dracut, MA 01826

Sub Contract Award: 260000 Electrical: Wayne J. Griffin Electric, Inc., $67,000. 230000 HVAC: General Mechanical Contractors, Inc., $264,000. 220000 Plumbing: Araujo Brothers Plumbing and Heating, $179,900.

95 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: Nasketucket Wood Land Acquisition Fairhaven, Town of 40 Center St. PROPOSAL DEADLINE DATE AND TIME: Fairhaven, MA 02719 5/29/09 12:00 P.M.

CONTACT INFORMATION: PHONE 508-979-4082 FAX 508-979-4087 William Roth Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: This acquisition project is within the Town's Nasketucket River Basin District. Parcels consist of approximately 53.4 acres and are shown on Fairhaven Assessors Map 30, Lots 22, 34A, 34C, 34D, 34F, 35 and 36 and Map 30B, Lots 97 through 103. These parcels of land are within the Town’s Nasketucket River Basin District, which is an overlay district. The purpose of the Nasketucket River Basin District is to preserve, protect and maintain the quantity and especially the quality of the surface water and groundwater of this district which waters comprise and/or contribute to the existing and potential sources of water supply of the Town of Fairhaven and also to protect the public health, safety and general welfare of the Town residents and to conserve the natural resources of the town. ESTIMATED VALUE, SOURCE OF VALUATION: $475,000, Appraisal. ADDITIONAL INFORMATION The Seller is Philip Y. DeNormandie. The subject property is adjacent to conservation land the Town currently owns. The acquisition of these parcels takes a sizable portion of upland of this parcel out of potential development for residential purposes and will provide the Town of Fairhaven with permanently protected open space within this sensitive area of the Town.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Templeton, Town of P.O. Box 250 PROPOSAL DEADLINE DATE AND TIME: 690 Patriots Rd. Templeton, MA 01468 6/3/09 12:00 P.M.

CONTACT INFORMATION: PHONE 978-939-8801 FAX 978-939-4065 Carol Skelton, Town Coordinator Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Portion of property located off Johnson Avenue, Templeton, shown on Assessors Map 4-10 as Parcel 64, and described in a deed recorded with the Worcester South District Registry of Deeds in Book 3239, Page 551. Lease to federally licensed telecommunications providers to operate existing telecommunications tower and install and operate antennas and related equipment. ESTIMATED VALUE, SOURCE OF VALUATION: Minimum rent: $24,000/lease year, Assessed value. ADDITIONAL INFORMATION Term of lease is ten years, with two options to extend for term of five years each (maximum term: 20 years). Award of lease is contingent on Town Meeting authorization. Minimum rent is $24,000/lease year with annual escalations.

96 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: Agricultural Resources, Department of 251 Causeway St. PROPOSAL DEADLINE DATE AND TIME: Boston, MA 02114

CONTACT INFORMATION: PHONE 413-577-0459 FAX 413-577-3820 Richard Chandler Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Purchase of an Agricultural Preservation Restriction on approximately 89 acres of unique farmland located on River and Whitmore Ferry Roads in Deerfield, Franklin County. ESTIMATED VALUE, SOURCE OF VALUATION: Appraisal: $1,190,000 ADDITIONAL INFORMATION Beneficial Interests: Franklin Land Trust, Inc. and/or Joan A. Crowley and/or Town of Deerfield, MA

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Agricultural Resources, Department of 251 Causeway St. PROPOSAL DEADLINE DATE AND TIME: Boston, MA 02114

CONTACT INFORMATION: PHONE 413-577-0459 FAX 413-577-3820 Richard Chandler Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Purchase of an Agricultural Preservation Restriction on approximately 82 acres of unique farmland located on Bassett, School House and Town Farm Roads in Heath, Franklin County. ESTIMATED VALUE, SOURCE OF VALUATION: Appraisal: $335,000. ADDITIONAL INFORMATION Beneficial Interests: F. Walter Gleason and/or Franklin Land Trust, Inc. and/or Town of Heath, MA.

97

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 APRIL 26, 2009 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)

4/29/09 200922000.1 Quinsigamond Classroom 7,500 Charlton, Dudley, Southbridge, 2:00 PM Community and Office Sturbridge or Webster College

4/29/09 200865000.1 Massachusetts Trial Office 3,000 Springfield, as further defined on Map 2:00 PM Court Attachment C-5 in the RFP

4/30/091 200914000.1 Massachusetts Office and 89,000 of Office Downtown Boston, as further defined 2:00 PM Department of Storage Space on Map Attachment C-5 in the RFP Environmental and Protection 5,400 of on-site Unfinished or Basement Storage Space as further defined in the RFP

05/27/092 ** 200913000.1 Department of Office 14,400 Lowell, Acton, Bedford, Billerica, 2:00 PM Transitional Carlisle, Chelmsford, Concord, Dracut, Assistance Dunstable, Littleton, Tewksbury, Tyngsborough or Westford

05/20/093 200927000.1 Massachusetts Office, A total of 41,400 Worcester 2:00 PM Department of Laboratory as follows: Environmental and Storage 37,400 of Office, Protection Laboratory and Equipment Storage and 4,000 File Storage

Page 2

1 A Term of ten years for Office Space; and an initial Term of two years for Storage, as further described in the RFP. 2 Five years, with Tenant having the right to terminate after the third anniversary of the Date of Occupancy by giving not less than 120 days prior written notice. 3 A Term of ten years.

** Proposal submission deadline has been revised from Wednesday, May 13, 2009, at 2:00 p.m. to Wednesday, May 27, 2009, at 2:00 p.m. MASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF WATER POLLUTION CONTROL SOUTHEAST REGIONAL OFFICE 20 RIVERSIDE DRIVE LAKEVILLE, MASSACHUSETTS 02347 TELE~HONE (508) 946-2723

PUBLIC NOTICE GROUND WATER PERMIT APPLICATION

.Notice is hereby given that the following application for a ground water discharge permit is being processed and that the --fo 1-1owi-ng-·act-i0ns-being-...propos ed-thereon_pursuant_t_o~t:!.G...ti01L1~ ...._ of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06: ---

APPLICANT: Abington & Rockland Joint Water Works, 96 East Water Street, Rockland, Massachusetts 02370 PERMIT NO. SE #0-886

FACILITY LOCATION: John F. Hanningan Water Treatment Plant, 835 Hingham Street, Rockland, Massachusetts TYPE OF DISCHARGE: treated water

QUANTITY OF DISCHARGE: 16,000 gallons per day

PROPOSED ACTION: Tentative Determination to issue permit

A copy of the application, draft permit and statement of basis or fact sheet relative to the draft permit may be obtained from the Department at the above address and telephone number. Comments on the proposed action or requests for a public hearing thereon pursuant to 314 CMR 2.07 must be filed with the Department at the above address within thirty (30) days of this notice.

Jeffrey E. Gould Bureau of Resource Protection PUBLIC NOTICE MASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF RESOURCE PROTECTION/WATERSHED PERMITTING GROUP 20 RIVERSIDE DRIVE, LAKEVILLE, MA 02347 Tel. (508) 946-2736

Notice is hereby given that the following application for a groundwater discharge permit is being processed and that the following actions being proposed thereon pursuant to Section 43 of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06:

CITY/TOWN: Brewster

PROJECT NAME: Nickerson State Park

APPLICANT: Department of Conservation and Recreation

LOCATION: 3488 Main Street

TYPE OF DISCHARGE: Treated Sanitary Wastewater

QUANTITY OF DISCHARGE: 50,926 Gallons per day

PERMIT NO.: 862-0

PROPOSED ACTION: Tentative determination to issue permit

A copy of the application, draft permit, and statement of basis or fact sheet relative to the draft permit may be obtained from the Department’s Watershed Permitting Group at the above address and telephone number. Comments on the proposed action or requests for a public hearing thereon pursuant to 314 CMR 2.07 must be filed with the Department at the above address within thirty (30) days of this notice.

This information is available in alternate format by calling our ADA Coordinator at 617- 556-1057.

Brian A. Dudley 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: April 6, 2009

1. Jason M. Cortell & Associates, Inc. and its officer, Jason M. Cortell, of 504 Union Wharf, Boston, MA 02109, are debarred for a period of 5 years beginning June 7, 2004 through June 6, 2009. This debarment excludes work on the following projects: 1. South Boston Piers Transitway Project at Russia Wharf in Boston; 2. Route 2 Improvement Project DEIR in Leominster & Fitchberg; 3. Term Sampling/Logan Clam Flats Mitigation Project at Logan Airport in Boston; 4. Post-EIR Permitting, Runway 14/32 at Logan Airport in Boston; 5. Airport Improvements FEIR Project in Nantucket; 6. Environmental Regulatory Tracking; ConEd & Cambridge Research Park in Cambridge; 7. Marina Development, Federal & State Environmental Permits in Plymouth.

2. 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.

3. 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.

4. 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.

5. 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.

6. 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.

7. 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.

1 8. 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.

9. 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.

10. Air Safe Contracting Company, Inc. and Kathryn Earls, both of 45 Luke Street, Wrentham, MA 02093, are debarred pursuant to M.G.L. c.149, §27 beginning May 14, 2008 through May 13, 2009.

11. Francisco Floor Covering, LLC and Francisco Leon, both of 151 Westgate Street, Hartford, CT 06110, are debarred pursuant to M.G.L. c.149, §27, beginning May 1, 2008 through April 30, 2009.

12. Kona Inc. and Michael T. Bartlett, both of 36 Douglas Drive, Plainfield, CT 06374, are debarred pursuant to M.G.L. c.152, §25C beginning May 31, 2008 through May 30, 2009.

13. 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.

14. RLD Roofing and Richard L. Dosek, both of 18 Martin Street, Springfield, MA 01108-3212, are debarred pursuant to M.G.L. c.149, §27, §27B and § 27C beginning September 18, 2008 through September 17, 2009.

15. Mortell Roofing and Francis John Mortell, both of 18 Martin Street, Springfield, MA 01108-3212, are debarred pursuant to M.G.L. c.149, §27B and § 27C beginning September 18, 2008 through September 17, 2009.

16. Estrella Construction, Inc. and Fidel A. Estrella, both of 245 Quequechan Street, Suite 15, Fall River, MA 02723, are debarred pursuant to M.G.L. c.152, §25C beginning October 20, 2008 through October 19, 2009.

17. R.B. Metalman, Inc and Richard Bennett, both of 52 Payson Street, Revere, MA 02151, are debarred pursuant to M.G.L. c.152, §25C beginning October 20, 2008 through October 19, 2009.

18. CJM Services, Inc. and Charles J. Morris, both of 50 Kerry Place, Norwood, MA 02062, are debarred pursuant to M.G.L. c.152, §25C beginning December 15, 2008 through September 14, 2009.

2

19. 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.

20. 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.

21. RLD Roofing and Richard L Dosek, both of 18 Martin Street, Springfield, MA 01108, are debarred pursuant to M.G.L. c. 149, § 27C beginning September 18, 2008 through September 17, 2009.

22. Mortell Roofing and Francis John Moretll, both of 18 Martin Street, Springfield, MA 01108, are debarred pursuant to M.G.L. c. 149, § 27C beginning September 18, 2008 through September 17, 2009.

23. T. Barcro Enterprises and Timothy J. Cronin, both of 82 Cedar Street, Weymouth, MA, 02188, are debarred pursuant to M.G.L. c. 149, § 27C beginning October 17, 2008 through October 16, 2009.

24. 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.

3 ;//7,R- ~oJ'n/J'nmtf~alt/',

DEVAL L PATRICK P1Jo4ltm, Jllu44n.-chu6e11J 02108 LESLIE KIRWAN GOVERNOR SECRETARY. ADMINISTRATION .-:I~ (617) 727-~(15rl & ANANCE TIMOTHY P. MURRAY DAVID B. PERINI UEUTENANT GOVERNOR .oj".r: (617) 727-.';.'10.'1 COMMISSIONER

CONTRACTORS DECERTil'll£D BY THE DIVISION OF CAPITAL ASSET MANAGEMENT

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

Contractor: The Tyree Organization, Ltd. 9 Otis Street Westborough, MA 01581 Decertified By: Division of Capital Asset Management, effective November 1,2002 Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform general contract work pursuant to G.L. c. 149 Termination Date: Until further notice

Contractor: EastCoast General Contractors, Inc. 150 Westford Road, Unit #6 Tyngsboro, MA 01879 Decertified By: Division of Capital Asset Management, effective August 14,2007 Authority: G.L. c. 149, §44D Restrictions: Decertified from submitting bids to perform general contract work pursuant to G.L. c. 149 Termination Date: Until further notice

.0 :!Jl,~C{fUfJ1/fJ1fffUOOaft/,/ of uf;(u~oIU{4e1M 0:w£·(.tf,itte tJlfl'cC fn, .Y!f/nuiu4tial';01t aJul :!f-'iU:U1£C

f!l)/1U4';on 1£1 reap';lal .Addel .Alano,fcnwnl tJJW .Y!dh~U4IOJl P]>/acc

DEVAL L. PATRICK FlJ£JiJkm,uf(a4iJO~/u(4e1~ 02108 LESLIE KIRWAN GOVERNOR SECRETARY, ADMINISTRATION .UJr/: (6/7) 727-1050 & FINANCE TIMOTHY P. MURRAY .vllRl·: 727-5.'J().'J DAVID B. PERINI LIEUTENANT GOVERNOR (6/7) COMMISSIONER CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT

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 Termination Date: Until further notice

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 Termination Date: January 15,2010

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 #09-07 April 29, 2009

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 #09-07. 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.state.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 #09-07 is 2:00 p.m., WEDNESDAY, May 20, 2009. Copies of the advertisements may be found on the web by going to the DCAM web-site at http://www.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 #09-07 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 The Republican 1860 Main Street, Legal Ads Springfield, 01101

FROM: Designer Selection Board

DATE: April 22, 2009

SUBJECT: Classified Legal Advertisement

On May 1, 2009, 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 DESB #7173.

______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 #09-07, dated April 29, 2009 describing 03 Division of Capital Asset Management and Maintenance (DCAM) projects is now available. Copies of the advertisements may be found on the web by going to the DCAM web-site at http://www.http://www.mass.gov/dcam. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. Application closing date is 2:00 p.m., WEDNESDAY, May 20, 2009.

PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

APPLICANTS PLEASE NOTE:

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

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://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 11/06, 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 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste.

4. No cover letters, binders and superfluous material. Please staple upper right corner, landscape.

5. DSB recommends that the principal who would be in charge of the project make sure that the form is complete including appropriate signature. Unsigned applications will not be considered.

6. When citing work performed by the applicant while employed by another firm, make certain said firm is properly identified including the individual's level of responsibility.

7. By including a firm as a sub-consultant the applicant certifies that the listed firm has been advised that it was being included in the applicants team and it has agreed to work on this Project should the team be selected. It is a requirement that all applicants supply a signed DSB SC-A’s (Sub-Consultant Acknowledgement). There can be no change in consultants from those named unless approved by DCAM and reported to the Designer Selection Board (C.7, §38H(a)). It is a requirement that all applicants supply the signed document, attached to the application, by the listed sub-consultants stating that they are aware and agree to being nominated by said applicant. Failure to supply above documents may result in rejection of application.

8. DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements.

9. Eligibility requirements are set forth 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). Phases Profile Role 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.

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 #

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

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 Discipline Discipline (from advertisement) (from advertisement) (from advertisement) (from advertisement)

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)

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 ‰ 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):

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)

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)

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 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 Expiration Date

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):

13. Name Of Sole Proprietor Or Names Of All Firm Partners And Officers: Name Title MA Reg # Status/Discipline Name Title MA Reg # Status/Discipline a. d. b. e. c. f. 14. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # Status/Discipline Name Title MA Reg # Status/Discipline a. d. b. e. c. f. 15. Names Of All Owners (Stocks Or Other Ownership): Name And Title % Ownership MA Reg.# Status/Discipline Name And Title % Ownership MA Reg.# Status/Discipline a. d. b. e. c. f. 16. I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a “Designer”, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to construction management or the preparation of master plans, studies, surveys, soil tests, cost estimates or programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.

Submitted By ______(Signature) Printed Name And Title Date

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

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.

2005 DSB 2005 Sub-Consultant Form

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 09-07 ITEM # 1 DSB PUBLIC NOTICE DATE: April 29, 2009

LAST DATE FOR FILING APPLICATION IS: May 20, 2009 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: SDE0901 HD

PROJECT TITLE: Various Building Repairs and Renovations

PROJECT LOCATION: Middleton

AWARDING AGENCY: Essex Sheriff’s Department

APPROPRIATION SOURCE: Various (to be determined)

AVAILABLE AMOUNT: N/A

ESTIMATED CONSTRUCTION COST: Less than $1 million for each project

TOTAL FEE, excluding reimbursables, based on scopes of work and services authorized, shall not exceed:

( X ) Lump sum established set fee per M.G.L. C.7, §38G(a) $250,000 Dollars

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( ) OTHER

MBE/WBE PARTICIPATION: In accordance with Executive Order #390, the Essex Sheriff’s Department 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 how they 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 entitled “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.

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 three (3) contracts, each with a total value of $250,000 to qualified designers under this contract.

DSB LIST # 09-07 ITEM # 1 DSB PUBLIC NOTICE DATE: April 29, 2009

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: The Essex Sheriff’s Department facility at 20 Manning Avenue in Middleton, MA is located on a 20 acre campus with 10 buildings completed in 1991.

The Essex Sheriff's Department seeks House Doctor Designers to investigate, evaluate, and prepare certifiable studies with the potential of continuation for design, construction documents and administration.

The types of building systems for which professional services will be sought may include, but are not limited to: exterior envelope/caulking, windows, roofing, and HVAC equipment/controls.

The scope of work may include but is not limited to: 1. Documentation of existing conditions 2. Investigation and prioritization of problem areas 3. Proposals of alternative solutions including energy efficient alternatives and 4. Development of preferred solutions to pre-schematic design with an outline specification and cost estimate and/or prepare construction documents and perform construction administration.

Proposals for services will be solicited on a task-by-task basis.

DSB LIST # 09-07 ITEM # 1 DSB PUBLIC NOTICE DATE: April 29, 2009

GENERAL CONDITIONS FOR THIS CONTRACT: Contract This contract is limited to projects with an estimated construction cost of less than $1,000,000 as per M.G.L. C. 7 §40B, as amended by C. 159 §15 of the Acts of 2000 and C. 245 §22 of the Acts of 2002. The designer must prepare studies for all projects under this contract, and all studies must be certified by the DCAM Director of Programming before final design can proceed. Master plans and/or studies for any projects with an estimated construction cost of $1 million or more may not be performed under this contract.

The applicant agrees to execute DCAM Standard Contract for Final Design and Contract Administration Services (Revised 12/07)1or 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).

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. The Essex Sheriff’s Department welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations.

Construction Specifications The designer shall utilize the DCAM Standard Specification.

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

CONDITIONS FOR APPLICATION: The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in 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 DCAM Standard Contract for Final Design and Contract Administration Services (Revised 12/07), (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage.

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

DSB LIST # 09-07 ITEM # 1 DSB PUBLIC NOTICE DATE: April 29, 2009

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 identify the team in the organization chart on DSB Application 2005.

1. Architect (Prime) 5. Civil Engineer 2. Mechanical Engineer (M/P/FP) 6. Code Consultant 3. Electrical Engineer 7. Cost Estimator 4. Structural Engineer 8. Specifications Writer

If the Applicant plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately on the organizational chart.

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

1. Design of phased renovations/modernization in occupied buildings of similar size and scope

2. Renovations/repairs to building infrastructure and envelope

3. Renovation/repair/installation of mechanical, HVAC, electrical, plumbing and fire protection systems in institutional and public facilities

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.

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 may 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.

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 09-07 ITEM # 2 DSB PUBLIC NOTICE DATE: April 29, 2009

LAST DATE FOR FILING APPLICATION IS: May 20, 2009 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: HSD FY09-09

PROJECT TITLE: Various Building Repairs and Renovations

PROJECT LOCATION: Northampton

AWARDING AGENCY: Hampshire Sheriff’s Department

APPROPRIATION SOURCE: Various (to be determined)

AVAILABLE AMOUNT: N/A

ESTIMATED CONSTRUCTION COST: Less than $1 million for each project

TOTAL FEE, excluding reimbursables, based on scopes of work and services authorized, shall not exceed:

( X ) Lump sum established set fee per C.7, §38G(a) $250,000 Dollars

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( ) OTHER

MBE/WBE PARTICIPATION: The Hampshire Sheriff’s Department has not established minimum MBE/WBE participation goals for this project. Applications from MBE and WBE firms as prime or sub-consultants 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 three (3) contracts, each with a total value of $250,000 to qualified designers under this contract.

DSB LIST # 09-07 ITEM # 2 DSB PUBLIC NOTICE DATE: April 29, 2009

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: The Hampshire Sheriff’s Department, located in Northampton, was constructed in 1983 and includes the Jail and House of Correction, 80,000 SF, and Pre-release Building, 6,000 SF. The Maintenance Building was constructed in 1990 with 4,364 SF. The Regional Holding Facility, 6,900 SF, was constructed in 2001.

The Hampshire Sheriff's Department seeks House Doctor Designers to investigate, evaluate, and prepare certifiable studies, final design documents, and construction administration services for a variety of renovations, alteration, modernization, repairs and general building upgrades, as requested on a case-by-case basis.

The types of building systems for which professional services will be sought may include, but are not limited to: roof, building envelope, structural, mechanical, HVAC, electrical, plumbing, and fire protection systems.

The scope of work may include but is not limited to: 1. Investigation of the nature and severity of the problem. 2. Documentation of existing conditions. 3. Proposal of alternative solutions, including energy efficient alternatives. 4. Development of preferred solution to pre-schematic design with an outline specification and cost estimate and/or prepare construction documents and perform contract administration.

If the selected designer is appointed for final design, the General Scope of Work will be defined by the certifiable building study and the current version of the DCAM Designer Procedures Manual.

The contract may also include development of specifications for projects such as repairing and patching asphalt parking lots and walkways. The analysis shall include consideration of associated energy costs, expected remaining useful life of the systems under review, as well as the reliability, constructability and life cycle costs of the recommended design solution.

DSB LIST # 09-07 ITEM # 2 DSB PUBLIC NOTICE DATE: April 29, 2009

Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract.

Proposals for services will be solicited on a task-by-task basis.

The aggregate total of fees for all task orders issued during the term of this contract shall not exceed $250,000.

GENERAL CONDITIONS FOR THIS CONTRACT: Contract This contract is limited to projects with an estimated construction cost of less than $1,000,000 as per M.G.L. C. 7 §40B, as amended by C. 159 §15 of the Acts of 2000 and C. 245 §22 of the Acts of 2002. The designer must prepare studies for all projects under this contract, and all studies must be certified by the DCAM Director of Programming before final design can proceed. Master plans and/or studies for any projects with an estimated construction cost of $1 million or more may not be performed under this contract.

The applicant agrees to execute DCAM Standard Contract for Final Design and Contract Administration Services (Revised 12/07)1or 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).

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. The Hampshire Sheriff’s Department welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations.

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

CONDITIONS FOR APPLICATION:

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

DSB LIST # 09-07 ITEM # 2 DSB PUBLIC NOTICE DATE: April 29, 2009

The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in 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 DCAM Standard Contract for Final Design and Contract Administration Services (Revised 12/07), (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage.

APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please identify the team in the organization chart on DSB Application 2005.

1. Architect (Prime) 5. Civil Engineer 2. Mechanical Engineer (M/P/FP) 6. Code Consultant 3. Electrical Engineer 7. Cost Estimator 4. Structural Engineer 8. Specification Writer

If the Applicant plans to fulfill any of the sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately.

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. Design of phased renovations/modernization in 5. Renovation/installation of high and medium voltage occupied buildings of similar size and scope electrical distribution systems

2. Renovations/repairs to building infrastructure and 6. Renovation/installation of sprinkler and fire alarm envelope systems in institutional and public facilities

3. Renovation/repair/installation of mechanical, 7. Code Consultant to have demonstrated experience with HVAC, electrical, plumbing and fire protection renovation and retrofit of existing state-owned non-code systems in institutional and public facilities conforming facilities

4. Renovation/installation of lighting, power, and control systems in institutional and public facilities

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.

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 may 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.

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 09-07 ITEM # 3 DSB PUBLIC NOTICE DATE: April 29, 2009

LAST DATE FOR FILING APPLICATION IS: May 20, 2009 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: BCCS 2

PROJECT TITLE: Renovation Project for Boston Collegiate Charter School

PROJECT LOCATION: Dorchester, Massachusetts

AWARDING AGENCY: Boston Collegiate Charter School

APPROPRIATION SOURCE: Private Funds & Bond Sources

AVAILABLE AMOUNT: N/A

ESTIMATED CONSTRUCTION COST: $4,000,000 +/-

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 Final Design Phase Per M.G.L. C.7, §38G(a) $325,000 Dollars

IMMEDIATE SERVICES AUTHORIZED: ( 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 #390 The Boston Collegiate Charter School has established minimum goals of 8% MBE participation and 4% WBE participation for the value of the final design contract for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate how they will meet these goals and will be evaluated on that basis. Applications from MBE and WBE firms as prime consultant are encouraged.

DSB LIST # 09-07 ITEM # 3 DSB PUBLIC NOTICE DATE: April 29, 2009

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: In the fall of 2005, the Massachusetts Department of Education granted Boston Collegiate Charter School (the Owner and BCCS) an expansion to its charter so that it could establish a separate Lower School for its students in grades 5 and 6 and increase the overall size of the school by 200 students. In December of 2008, Boston Collegiate purchased 200 and 215 Sydney Street so that it can relocate the Lower School from the main campus at 11 Mayhew Street in Dorchester to a new, second campus five blocks away in Dorchester.

The Boston Collegiate Charter School is seeking professional services to design and document the renovation and fit-up of 215 Sydney Street, a 100 + year old industrial building, and the redevelopment of 200 Sydney Street, a lot which currently has a single story, unoccupied storage structure that will be demolished.

215 Sydney Street is a three-story plus basement, heavy timber frame and load bearing exterior masonry wall structure. There are approximately 26,500 square feet of space on the four floors. A core and shell renovation project was recently completed including installation of an elevator, a fire stair, a new fire service /standpipe, toilet rooms, some structural reinforcing and building envelope work including new windows, roof, and some masonry repair. This renovation project will create four floors of new classrooms, assembly space, office space, a computer lab, and a library. Conceptual floor plans are attached hereto.

200 Sydney Street is a small lot with an existing storage building which will be demolished to create a landscaped parking lot and/or playground for the school.

The Owner has performed, structural, code, and environmental assessments of the building and a conceptual cost estimate for this project. The assessments indicate that the building is sound, though further structural investigation and some structural reinforcement will be required. The existing building contains basic building systems (heating, electrical, plumbing and fire protection) appropriate for an unoccupied building with open floor plans. The code assessment indicates that the project will include work to bring the building into compliance with Massachusetts Access Board regulations, and sections of the current building code that apply to life safety design and structural design for earthquake loads. The Owner will sign separate contracts to abate and remediate hazardous materials that were identified in the environmental assessment. Copies of the relevant reports will be available on the Designer Selection Board website.

The Project consists of full architectural, engineering, and construction administration (“A/E”) services required for renovations to the 215 Sydney Street building and redevelopment of the 200 Sydney Street lot. The School envisions site improvements, building envelope work, installation of interior finishes, mechanical systems, plumbing, electrical, and IT infrastructure in the 215 Sydney Street building as well as other work necessary to complete the Project. The Project may involve a separate early construction package for the 200 Sydney Street lot and/or remediation of hazardous materials in the 215 Sydney Street building. The building will be an energy efficient and environmentally sustainable facility to the extent feasible within the project budget or required by local and state requirements. The Project will be constructed using M.G.L. Chapter 149 general contract bidding procedures.

It is the intention of the Owner to complete construction and occupy the renovated building and the new parking lot by December 31, 2009. The foregoing milestone date is subject to change at the Owner’s sole discretion.

BCCS Lower School will be constructed by the design / bid / build delivery method, including file sub-bids, as provided for under M.G.L. c.149. The Owner intends to pre-qualify the prime contractor and some or all of the file sub-bid contractors. Participation in the pre-qualification process will be part of the A/E’s scope of work.

The project will be compliant with the current Massachusetts State Building Code and will be permitted for construction and granted its occupancy permit by the City of Boston and its agencies. Reports required by Code or by governing agencies, and meetings required by departments and agencies that will approve the project will be part of the A/E’s scope of work.

Permitting, design, documentation, and construction of this project must be completed in a timely manner to ensure occupancy by December 31, 2009. All firms must have adequate staff resources to enable the Project Team to meet this schedule. The selected Architect (the Prime) and the Prime’s sub-consultant team are required to design to budget. A

DSB LIST # 09-07 ITEM # 3 DSB PUBLIC NOTICE DATE: April 29, 2009 preliminary budget has been established by a construction cost estimator. The Scope of Work for this project will include the following phases: - Final programming: Working with the Owner, develop the final detailed program for the BCCS Lower School, including work required to meet current building codes and governing ordinances, work required to complete the restoration of the building envelope, and work required to establish the spaces and adjacencies that will meet the functional requirements to educate 200 fifth and sixth grade students in accordance with BCCS’s methodology and mission. - Permits & Approvals: Work with the Owner and the Owner’s Project Manager to identify and obtain permits and approvals - Schematic Design: Working with the Owner, develop the final floor plan layouts, site layout, and character and quality of the interior spaces that are in-line with preliminary understandings of cost and schedule constraints - Design Development: Working with the Owner, determine and document final layouts, details and material and equipment selections that are in-line with the established budget and schedule. - Prepare Construction Documents that will facilitate an effective Massachusetts public bid process with file sub- bids. - Bid Phase: Perform all necessary Bid Phase services including but not limited to contactor pre-qualification and preparing file sub-bid documents. - Construction Phase: Perform Construction Administration, commissioning, and project close-out duties per the Agreement Between Owner And Architect.

The scope of work for this project is supported by the materials listed below, which are available for review and download on the Designer Selection Board website:

215 Sydney Street Inspection Report: Pinck & Co. Inc. 10/8/08 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_syd_ins_rpt_10_8_08.pdf

Conceptual Floor Plans: Choo Company Inc., 3/28/08 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_concept_bsmt_floor_plan.pdf http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_concept_ floorplan.pdf

Conceptual Cost Estimate: Daedalus Projects Inc, 4/4/08 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_concept_design_est_4_4_08.pdf

Code Review Report: Sullivan Code Group, 9/15/08 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_code_rev_rpt_9_15_08.pdf

Structural Due Diligence Report: Souza, True and Partners, Inc. 10/3/08 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_struct_rpt_10_3_08.pdf

Environmental Inspection Report: Universal Environmental Consultants, 9/4/08 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_environ_insp_rpt_9_4_08.pdf

GENERAL CONDITIONS FOR THIS CONTRACT: Contract A copy of the Boston Collegiate Charter School Agreement Between Owner And Architect and RFP are available for review and download on the Designer Selection Board website: http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_bccs_arch_contract.pdf http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090703_bccs_rfp.pdf Please refer to the contract for the complete description of the Scope of Services for this project.

Sustainable Design The project may explore the option of LEED certification but will, at a minimum, incorporate as many green building elements as possible and practical in both the renovated building and the redeveloped site.

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

DSB LIST # 09-07 ITEM # 3 DSB PUBLIC NOTICE DATE: April 29, 2009

Cost Estimating Cost estimates and cost estimate reconciliation will be part of A/E basic services for this project

Building Commissioning A building commissioning process will be included as part of this project. The Owner will hire a Commissioning Agent under a separate contract to prepare and implement a Commissioning Plan. The Designer will work with the building commissioning agent during design and construction of this project.

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 $2,000,000

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 identify the team in the organization chart on DSB Application 2005.

1. Architect (Prime) 6. Landscape Architect 2. Mechanical Engineer (M/P/FP) 7. Specifications Writer 3. Electrical Engineer 8. Cost Estimator (independent consultant required) 4. Structural Engineer 9. Code Consultant (independent consultant required) 5. Civil Engineer

Where an “independent consultant” is required the Applicant may not provide the services “in house.” If the Applicant plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately on the organizational chart.

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

1. Prior successful experience on renovation 4. Demonstrated ability of the firm to meet the project schedule projects of similar type and scope including: based on current workload of the staff assigned to the elementary school projects, similar project, and the total workload of the firm renovation / fit-out in historic industrial buildings

2. Prior successful experience on Massachusetts 5. Demonstrated ability to design to budget and minimize public construction projects, and projects in construction cost changes the City of Boston

3. Prior successful experience delivering similar 6. Green / sustainable building experience projects on an expedited design and construction schedule

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.

Only complete applications submitted on the DSB2005 Application Form will be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB2005, may be rejected as non-compliant and may not be considered by the Board.

DSB LIST # 09-07 ITEM # 3 DSB PUBLIC NOTICE DATE: April 29, 2009

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