<<

29, Issue 15, April 15, 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 15, April 15, 2009

DESIGNER SERVICES Request for Proposals 1

GENERAL CONTRACTS Invitation to Bid 10

CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 93

CONTRACT AWARDS 108

LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY Notice of Proposed Disposition of Real Property 113 Office of Lease Management 118 Groundwater Discharge Permit 120

LIST OF DEBARRED CONTRACTORS DCAM 121 Attorney General 122

LIST OF DECERTIFIED CONTRACTORS DCAM 129

SOMWBA -

DESIGNER SELECTION BOARD 131

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 Massachusetts 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: Barnstable, Town of Designer's Fee Negotiated 230 South St. Hyannis, MA 02601 Estimated Construction Cost: $1.575 Million (Maximum) Time Period for Completed Project: 3 - Years CONTACT INFORMATION: PHONE: 508-862-4741 FAX: 508-862-4717 Johanna Boucher EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: The Purchasing Agent for the Town of Barnstable, on behalf of the Barnstable Municipal Airport Commission (BMAC) and the Airport Manager, solicits submission of qualifications from qualified firms licensed to do business in the Commonwealth of Massachusetts for professional services and technical advice to assist the BMAC and Airport Manager in its planning, and operational responsibility at the Barnstable Municipal Airport. SCOPE: On call services for locally funded Capital Improvement Projects and State and Federal funded Airport Improvement Program (AIP) projects as assigned. The awarded firm will be responsible for all engineering, planning and design services as assigned.

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

PROJECT PROGRAM AVAILABILITY: On the Town of Barnstable website, Bid & RFP System, at www.town.barnstable.ma.us BRIEFING SESSION: 4/24/09 at the Barnstable Municipal Airport, 480 Barnstable Rd., Hyannis. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 6911 Boston, City of Designer's Fee Negotiated Public Facilities Department 26 Court St. 10th Floor Estimated Construction Cost: $1,106,000.00 Boston, MA 02108 Time Period for Completed Project: 104 - Weeks CONTACT INFORMATION: PHONE: 617-635-4809 FAX: 617-635-0555 Bid Counter EMAIL CONTRACT INFORMATION:

PROJECT: Finland Building Elevators. SCOPE: Upgrades to the entrance and elevators to ensure handicap accessibility for staff and clients of the building's social services programs.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/6/09 @ 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

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: 6912 Boston, City of Designer's Fee Negotiated Public Facilities Department 26 Court St. 10th Floor Estimated Construction Cost: $208,475.00 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: Mirabella Pool Repairs SCOPE: Design and investigative services for renovations to the deep-end of the Mirabella Pool, 475R Commercial St., Boston. Seal pool expansion joints, piping replacement, tank.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/4/09 @ 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

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 6158 Framingham, Town of Designer's Fee Purchasing Department Memorial Building Estimated Construction Cost: 150 Concord St. Room 123 Time Period for Completed Project: Framingham, MA 01702

CONTACT INFORMATION: PHONE: 508-532-5407 FAX: 508-620-4807 Timothy D. Goddard EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Request for qualifications for Consulting Services for Bowditch Athletic Complex Renovation Project and the Longs Field Maintenance and Operations Facility. The Town of Framingham invites Statements of Qualifications to provide Owner Project Manager services for an ongoing and combined Park Maintenance and an Athletic Field Renovation Project. SCOPE: Both projects are being constructed under a single appropriation and are being designed and administered by a single Architectural Firm with in progress.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 4/30/09 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: Above agency address, Monday - Friday, 9:00 A.M. - 4:00 P.M. BRIEFING SESSION: ADDITIONAL INFORMATION Statements of Qualifications to be consistent with MGL Ch. 149, sec. 44A½.

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: Contract # 09-15 Holyoke, City of Designer's Fee Negotiated Gas and Electric Department 99 Suffolk St. Estimated Construction Cost: Holyoke, MA 01040 Time Period for Completed Project: 18 - Months CONTACT INFORMATION: PHONE: 413-536-9308 FAX: 413-552-0392 Yocelyn Figueroa EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: A qualified Owner’s Project Manager defined by the provisions of the Request for Services, to provide Project Management during the planning, design and implementation of Downstream Fish Passage Provisions. SCOPE: OPM must have experience in Project Management of Hydroelectric, Water Resource, or similar with a cost greater than $15 million.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 4/29/09 @ 9:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 4/6/09 BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: ARRA 03 Holyoke, City of Designer's Fee Negotiated Housing Authority 475 Maple St. Suite One Estimated Construction Cost: $450,000 Holyoke, MA 01040 Time Period for Completed Project: 18 - Months CONTACT INFORMATION: PHONE: 413-539-2220 ext. 212 FAX: 413-539-2227 Meghan K. Hance EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Miscellaneous Modernization Work at Scattered Sites: The Holyoke Housing Authority is undertaking modernization projects at scattered sites in Holyoke. SCOPE: Scope of work includes parking lot upgrades, roof replacement, sewage line upgrades, boiler and hot water tank modernization, site beautification and associated environmental review.

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: BRIEFING SESSION: Please see Request For Qualifications 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: Lee, Town of Designer's Fee Negotiated $200,000.00 32 Main St. Lee, MA 01238 Estimated Construction Cost: $736,000.00 Time Period for Completed Project: 18 - Months CONTACT INFORMATION: PHONE: 413-243-5520 FAX: 413-243-5522 Chris Pompi EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Professional Engineering Services for renewable and efficiency upgrades at the Town's Drinking Water Plant. SCOPE: Evaluate process to upgrade variable speed drives, batching optimization, motor and lighting upgrades, hydroelectric generation (15kw) and on-site (90kw).

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 4/30/09 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 4/16/09 at 9:00 A.M. BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: LCTV 2009-1 Ludlow, Town Of Designer's Fee Negotiated Ludlow Community Television 488 Chapin St. Estimated Construction Cost: $180,000.00 Ludlow, MA 01056 Time Period for Completed Project: 4 - Months CONTACT INFORMATION: PHONE: 413-534-6823 FAX: 413-534-4777 Ms. Bryarly Lehmann, OPM-Bryarly Consulting LLC EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: The Town of Ludlow is inviting proposals from licensed, qualified architects with TV Studio design experience to provide professional services. SCOPE: Design new TV Studio with offices, conference rm, editing suites within 1400SF current open space.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/1/09 @ 2:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 4/15/09 BRIEFING SESSION: Voluntary meeting 4/22/09 at 2:00 P.M. ADDITIONAL INFORMATION Audio Visual Television Equipment will be solicited separately. (Attn: Ms. Ellie Villano, Town Administrator.)

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: Rockland, Town of Designer's Fee Negotiated Public Schools 34 MacKinlay Way Estimated Construction Cost: Rockland, MA 02370 Time Period for Completed Project:

CONTACT INFORMATION: PHONE: 781-878-3893 FAX: 781-982-1483 Mr. Doric Scarpelli EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Design Services. SCOPE: Various individual projects as they arise over the next three years, including science labs, window and door and projects.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 4/29/09 @ 11:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Whitman, Town of Designer's Fee Negotiated Building Projects Committee 54 South Ave. Estimated Construction Cost: $7,200,000 Total Project Whitman MA 02382 Time Period for Completed Project: 18 - 24 Months CONTACT INFORMATION: PHONE: 781-618-9704 FAX: 781-678-9795 Frank Lynam EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: The Town of Whitman is Seeking an Architect/Architectural Firm to design build a Police Station at 20 Essex St., Whitman. SCOPE: The Designer will be responsible for all phases of the project and will work with the Town's OPM.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/7/09 @ 12:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: RFQ and Feasibility Study can be viewed at www.whitman-ma.gov/projects.htm BRIEFING SESSION: Undetermined, refer to Web Page for Info. ADDITIONAL INFORMATION Project may be eligible for State/Federal Funds.

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: Winchester, Town of Designer's Fee Negotiated $70,000 Office of the Town Engineer 71 Mt. Vernon St. Estimated Construction Cost: $900,000 Winchester, MA 01890 Time Period for Completed Project: July 2009 CONTACT INFORMATION: PHONE: 781-721-7120 FAX: 781-721-7166 Margaret T. White EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Development of plans and specs for the design of a new roof system at the DPW Main Building, new overhead doors, and a new or rehabilitated HVAC system in the Mian DPW Building. Design for a new steam boiler in the Historic Building. SCOPE: Development of plans and specification and cost estimates for public construction, as well as construction administration services.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/6/09 @ 12:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 4/15/09, To request a copy of the RFP please fax a request with contact information and a copy will be emailed. BRIEFING SESSION: 4/28/09 at 10:00 A.M. at the DPW Complex, 15 Lake St., Winchester. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: DSB-3-J9 Worcester, City of Designer's Fee Negotiated Purchasing Division 455 Main St. Room 404 Estimated Construction Cost: Worcester, MA 01608 Time Period for Completed Project:

CONTACT INFORMATION: PHONE: FAX: John Orrell EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Mechanical, Electrical and Plumbing Design Services (On-Call) for the City and Worcester Public Schools. SCOPE: Three-year contract for as-needed services.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/6/09 @ 10:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or download from www.ci.worcester.ma.us and go to link "Open Bids". BRIEFING SESSION: ADDITIONAL INFORMATION

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

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: DSB-2-J9 Worcester, City of Designer's Fee Negotiated Purchasing Division 455 Main St. Room 404 Estimated Construction Cost: Worcester, MA 01608 Time Period for Completed Project:

CONTACT INFORMATION: PHONE: FAX: John Orrell EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Architectural Services (On-Call) for the City and Worcester Public Schools. SCOPE: Three-year contract for general architectural services as needed.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/6/09 @ 10:00 A.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or download from www.ci.worcester.ma.us and go to link "Open Bids". BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 20717.0 Codman Square Health and Education Center Designer's Fee Negotiated 637 Washington St. Dorchester, MA 02124 Estimated Construction Cost: $13,000,000 Time Period for Completed Project: July 2009 - December 2010 CONTACT INFORMATION: PHONE: 617-776-6545 FAX: 617-776-6678 W. Eric Kluz, HKT Architects Inc. EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: Additions and Renovations to the Codman Square Health and Education Center including approximately 32,000 square feet of new construction located at 637 Washington St., Dorchester. SCOPE: OPM Services for the design and construction of the Codman Square Health and Education Center.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/1/09 @ 12:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: HKT Architects Inc., 35 Medford St., Somerville, MA 02143., 617-776-6545, fax 617-776-6678. BRIEFING SESSION: 5/23/09 at 2:00 P.M. in the Great Hall at 6 Norfolk St., Dorcester. ADDITIONAL INFORMATION

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

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Dighton Rehoboth Regional School District Designer's Fee 2700 Regional Rd. North Dighton, MA 02764 Estimated Construction Cost: $150,000 Time Period for Completed Project: Fall 2009 CONTACT INFORMATION: PHONE: 508-252-5000 ext. 134 FAX: 508-252-5024 Richard L. Reino EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: The Dighton Rehoboth Regional School District is seeking quotes for a Landscape Architect licensed in Massachusetts by the Board of Registration of Landscape Architects to serve as the project manager for the Dighton-Rehoboth Regional School District high school fields project. SCOPE: The project involves constructing a soccer field and possibly rehabilitating a softball field and other ancillary components such as fencing access roads etc as funds permit.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/1/09 @ 12:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify

PROJECT PROGRAM AVAILABILITY: 4/8/09 BRIEFING SESSION: Mandatory Site Visit: 4/28/09 ADDITIONAL INFORMATION This is a solicitation for quote for Landscape Architectural services only.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: A267-D1 Port Authority, Massachusetts Designer's Fee Capital Programs Department Logan Office Center Estimated Construction Cost: $1,000,000 One Harborside Drive Suite 209S Time Period for Completed Project: East Boston, MA 02128 3 - Years CONTACT INFORMATION: PHONE: 617-568-5962 FAX: 617-568-5998 Rick Bessom EMAIL [email protected] CONTRACT INFORMATION:

PROJECT: FY'10 - FY'12 Architectural/Engineering Services. SCOPE: Work may include new construction, alterations or additions to various facilities such as airline terminals, maintenance facilities, garages, etc.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/7/09 @ 12:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify civil, structural, HVAC, fire protection, plumbing, electrical, geotechnical, marine engineering, landscape and

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION Please address submission to Houssam H. Sleiman, P.E., CCM, Director of Capital Programs and Environmental Affairs at the above agency address. See Legal Notice for complete details.

8 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: School Building Authority, Massachusetts (MSBA) Designer's Fee Negotiated 3 Center Plaza Boston, MA 02108 Estimated Construction Cost: Time Period for Completed Project:

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

PROJECT: Building Commissioning and Consultation Services. SCOPE: The MSBA invites Responses from qualified firm(s) interested in providing consultation, support and building commissioning services for public PK-12 school buildings in Massachusetts.

SPECIFIC DESIGNER SERVICES DEADLINE FOR APPLICATION FORM: Architect Landscape Architect Planner Programmer 5/1/09 @ 1:00 P.M. Engineer Land Surveyor Space Planner Project Manager Other Specify Commissioning Agents and Consultants

PROJECT PROGRAM AVAILABILITY: 4/8/09 at www.massschoolbuildings.org and www.comm-pass.com. BRIEFING SESSION: 4/23/09 at 2:00 P.M. ADDITIONAL INFORMATION

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: 09-08 Arlington, Town of Town Managers Office/Purchasing Department ESTIMATED COST: $100,000.00 730 Massachusetts Ave. CONTRACTOR QUALIFICATION: Arlington, MA 02476 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Provide all labor, materials, equipment and supervision necessary to perform construction of cement concrete sidewalks, wheelchair ramps and installation of granite curbs at various locations as required. CONTACT INFORMATION PHONE 781-316-3010 FAX: 781-316-3019 Domenic R. Lanzillotti EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/14/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 09-10 Arlington, Town of Town Manager's Office/Purchasing Department ESTIMATED COST: $115,000.00 730 Massachusetts Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Arlington, MA 02476 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnish all labor, materials, equipment and supervision necessary for the removal of existing roof and installation of a new roof as per specifications and requirements. Contractor Category: Roofing. CONTACT INFORMATION PHONE 781-316-3010 FAX: 781-316-3019 Domenic R. Lanzillotti EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/14/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/7/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Pre-bid Conference and Site Visit: 4/22/09 at 10:00 A.M. in the 1st Floor Conference Room at the above agency address. All Prospective Bidders must Attend.

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: 09-06 Arlington, Town of Town Manager's Office/Purchasing Department ESTIMATED COST: $1,200,000.00 730 Massachusetts Ave. CONTRACTOR QUALIFICATION: Arlington, MA 02476 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Rehabilitation of Water Mains/Washington St. Furnish all labor, materials, equipment and supervision necessary for Rehabilitation of Water Mains as per specifications and requirements. CONTACT INFORMATION PHONE 781-316-3010 FAX: 781-316-3019 Domenic R. Lanzillotti EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/14/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid Conference: 4/27/09 at 1:00 P.M. at the Engineering Office, 51 Grove St., Arlington to review the project. Refundable deposit of $100.00 for plans and specifications in the form of a Cashier's or Treasurer's Check, payable to the Town of Arlington. Mailing Fee of $25.00 (Non-Refundable) by additional check, payable to the Town of Arlington.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 217039.01 Ashland, Town of 101 Main St. ESTIMATED COST: $50,000 Ashland, MA 01721 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The project involves installing a hydrodynamic mixing system in the Cedar Street Standpipe. The tank is part of the Town's potable water distribution system. CONTACT INFORMATION PHONE 978-557-8150 FAX: 978-557-7948 Rachel Gilbert EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Woodard & Curran, 35 New England Business Center Suite 180, Andover, MA 01810, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION The Bid opening will be held 4/29/09 at 10:00 A.M. at the Town of Ashland Department of Public Works, 20 Ponderosa Rd., Ashland. Copies of the Bid Documents may be obtained for a refundable deposit of $50.00 in the form of a check, payable to the Town of Ashland. A separate non-refundable handling fee of $25.00 will be required for mailing requests in the form of a check, payable to Woodard & Curran, Inc.

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: 014005 Ashland, Town of Housing Authority ESTIMATED COST: $488,500.00 59 Park Rd, CONTRACTOR QUALIFICATION: DCAM Certificate Ashland, MA 01721 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replacement of the existing electric , fire alarm system and dwelling unit load centers. Installation of a new emergency lighting system, installation of exhaust fans, asbestos abatement and demolition and removal of existing equipment being replaced under this contract. CONTACT INFORMATION PHONE 978-475-2365 FAX: Doris McNamara EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 1:00 P.M. - 5:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/29/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/6/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Section 15500 HVAC ADDITIONAL INFORMATION The site building will be available for inspection 4/23/09 at 2:00 P.M. For an appointment call Doris McNamara, Executive Director, Ashland Housing Authority at 508-881-2450.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Berkley, Town of Highway Department ESTIMATED COST: $140,000.00 3R North Main St. CONTRACTOR QUALIFICATION: Department of Berkley, MA 02779 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Type I Bituminous Concrete, approximately 4,000 tons in place. Contractors must be pre-qualified with MassHighway's Construction Contracts Engineer and all road materials must meet with MassHighway Specifications. CONTACT INFORMATION PHONE 508-824-8380 FAX: 508-880-9588 Scott A. Fournier, Highway Surveyor EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Thursday, 8:00 A.M. - 12:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/1/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION The bids will be publicly opened and read at the above agency address, 6/1/09.

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: Berkley, Town of Highway Department ESTIMATED COST: $38,000.00 3R North Main St. CONTRACTOR QUALIFICATION: Berkley, MA 02779 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Single Chip Seal, approximately 10,000 yards. Double chip seal, approximately 10,000 yards. All materials and labor must meet with Massachusetts Department of Public Works specifications. CONTACT INFORMATION PHONE 508-824-8380 FAX: 508-880-9588 Scott A. Fournier, Highway Surveyor EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Thursday, 8:00 A.M. - 12:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/1/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bids will be publicly opened and read at the above agency address, 6/1/09.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Billerica, Town of Department of Public Works ESTIMATED COST: $250,000 Engineering Division CONTRACTOR QUALIFICATION: 365 Boston Rd. Billerica, MA 01821 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The work for this project includes, but is not limited to, chemically root treating 8”-12” sewer pipes and sewer manholes, cleaning and inspecting 8”- 12” sewer lines, testing 8”-12” sewer line joints, sealing 8”-12” sewer line joints, installing 8”-12” cured-in-place short liner, installing 8”-12” cured-in- place liner, interior sealing of manholes, exterior sealing of manholes, raising, resetting and/or replacing manhole frames and covers, repairing manhole inverts, sealing pipe connections, repairing sewer corbels and/or chimneys and other related tasks. CONTACT INFORMATION PHONE 978-671-0955 FAX: 978-671-0958 Kelley Conway EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A deposit of $100 by check payable to the Town of Billerica, MA will be required for each set of contract documents. A non-refundable $50 mailing and handling fee will be charged to those requesting that the contract documents be mailed.

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: 10-0104 Billerica, Town of Public Schools ESTIMATED COST: $600,000 365 Boston Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Billerica, MA 01821 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roof replacement at three schools: Billerica Memorial High School; Kennedy Elementary School; Dutile Elementary School. Contractor Category: Roofing 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 Navy Yard, Charlestown, MA 02129, (place, date and time) Thursday, 4/16/09 after 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/23/09 at 9:00 A.M. at the main entrance of the Billerica Memorial High School (to the left of Billerica Town Hall), 365 Boston Rd., Billerica. Plans and specs will 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: 10-0102 Billerica, Town of Public Schools ESTIMATED COST: $400,000 365 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 Billerica Memorial High School. Contractor Category: 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 Navy Yard, Charlestown, MA 02129, (place, date and time) 4/16/09 after 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/23/09 at 9:00 A.M. at the Billerica Memorial High School (to the left of Billerica Town Hall), 365 Boston Rd., Billerica. Plans and specs will be mailed upon receipt of a non-refundable mailing fee in the amount of $25.00, payable to KBA Architects.

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: 10-0103 Billerica, Town of Public Schools 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. Contractor Category: 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., Charleston Navy Yard, Charlestown, MA 02129, (place, date and time) 4/16/09 after 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/23/09 at 9:00 A.M. at the Billerica Memorial High School (to the left of Billerica Town Hall), 365 Boston Rd., Billerica. Plans and specs will 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: Boston, City of Public Works Department ESTIMATED COST: Contract Office CONTRACTOR QUALIFICATION: Department of One City Hall Square Room 715 Highway Boston, MA 02201 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Capital Improvement Project #09-22 for Highway Reconstruction in Broad Street in Boston Proper as part of the Crossroads Initiative. CONTACT INFORMATION PHONE 617-635-4913 FAX: 617-635-2403 Marie Munoz EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/27/09. (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 A $25.00 non-refundable deposit is required for bid documents.

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: 05-020C Boston, City of Housing Authority ESTIMATED COST: $500,000.00 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: Building Envelope Improvements at Old Colony Development. CONTACT INFORMATION PHONE 617-268-8977 FAX: Michael Teller 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 4/29/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 4/22/09 at 10:00 A.M. at Old Colony Development, 265 East 9th St., Boston. Bid documents will be 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: 6900 Boston, City of Public Facilities Department ESTIMATED COST: $280,000.00 Bid Counter CONTRACTOR QUALIFICATION: 26 Court St. 10th Floor Boston, MA 02108 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bradley Schoolyard Improvement Project. Resurface existing playground, landscape the site, build an outdoor classroom and install new play equipment. CONTACT INFORMATION PHONE 617-635-4809 FAX: 617-635-0555 Bid Counter EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 (place, date and time) P.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 6902 Boston, City of Public Facilities Department ESTIMATED COST: $280,000.00 Bid Counter CONTRACTOR QUALIFICATION: 26 Court St. 10th Floor Boston, MA 02108 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Lyndon K-8 Schoolyard Improvement Project. Resurface existing playground, landscape the site, build an outdoor classroom and install new playground equipment. CONTACT INFORMATION PHONE 617-635-4809 FAX: 617-635-0555 Bid Counter EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 (place, date and time) P.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/1/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 6822-E Boston, City of Public Facilities Department ESTIMATED COST: $412,232.00 Bid Counter CONTRACTOR QUALIFICATION: 26 Court St. 10th Floor Boston, MA 02108 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: East Boston Stadium Emergency Remediation. Scope includes removal of existing, abandoned, underground storage oil tank and its appurtenances adjacent to the East Boston Stadium building. Excavation and off-site disposal of contaminated soil is planned based on soil sampling results. CONTACT INFORMATION PHONE 617-635-4809 FAX: 617-635-0555 Bid Counter EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 (place, date and time) P.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Viewing: 4/22/09 at 9:00 A.M. at the East Boston Stadium, 220 Porter St., East Boston.

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: Boston, City of Public Schools ESTIMATED COST: $645,000.00 Department of Planning and Engineering CONTRACTOR QUALIFICATION: DCAM Certificate 26 Court St. 2nd Floor Boston, MA 02108 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Repainting Various Boston Public Schools. Contractor Category: Painting. CONTACT INFORMATION PHONE 617-635-9125 FAX: 617-635-9252 Marie Grande EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/22/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This project requires a $50.00 deposit.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 08-308-008 Boston, City of Water and Sewer Commission ESTIMATED COST: $2,500,000.00 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: Cleaning and cement lining of water mains in South End, Back Bay, Hyde Park, Roslindale, Allston/Brighton and Jamaica Plain. CONTACT INFORMATION PHONE 617-989-7380 FAX: 617-989-7730 Bernice Gillard EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (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 A non-refundable fee of $25.00 is required for each set of the contract document.

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: Boxford, Town of Board of Selectmen ESTIMATED COST: $25,000 7A Spofford Rd. CONTRACTOR QUALIFICATION: Boxford, MA 01921 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Crack Sealing on various roads throughout the town. CONTACT INFORMATION PHONE 978-375-1711 FAX: 978-352-5558 John C. Dold, PE EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By contacting the Board of Selectmen's Administrative Assistant Kathy Carleton at 978-887-6000 ext. (place, date and time) 202, 4/15/09 at 10:00 A.M. Documents will be mailed or can be picked up. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Braintree, Town of Public Schools ESTIMATED COST: $20,000 348 Pond St. CONTRACTOR QUALIFICATION: Braintree, MA 02184 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Provide Glass and Incidental Repairs for FY'10 for Braintree Public Schools. CONTACT INFORMATION PHONE 781-380-0130 FAX: 781-380-0146 Peter B. Kress, Business Manager EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email request to [email protected], 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/4/09 @ 4:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: 002/09 Bridgewater, Town of Board of Selectmen's Office ESTIMATED COST: 25 South St. CONTRACTOR QUALIFICATION: Bridgewater, MA 02324 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Energy Service Company (ESCO) to develop and implement a comprehensive municipal performance-based energy conservation program in including financial options. CONTACT INFORMATION PHONE 508-697-0935 FAX: 508-697-1468 Jeff Ritter, Municipal Administrator EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to [email protected], 4/8/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: PW09-23 Brookline, Town of Department of Public Works ESTIMATED COST: $81,903.00 Engineering Division CONTRACTOR QUALIFICATION: 333 Washington St. Brookline, MA 02445 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Intersection Improvements at Netherlands Rd. and Parkway Rd. CONTACT INFORMATION PHONE 617-730-2691 FAX: 617-264-6450 Mario Focareto EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/9/09 at 10:00 A.M. Office Hours: Monday - Thursday, 8:00 A.M. - 5:00 P.M.; (place, date and time) Friday, 8:00 A.M. - 12:30 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION P, S & E Fee is $50.00 (non-refundable).

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: Cambridge City of Purchasing Department ESTIMATED COST: $80,000.00 795 Massachusetts Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Cambridge, MA 02139 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnishing and Installing the Building Signage Program for the Cambridge Public Library. CONTACT INFORMATION PHONE 617-349-4310 FAX: 617-349-4008 Cynthia H. Griffin EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.cambridgema.gov, 4/16/09. Office Hours: Monday, 8:30 A.M. - (place, date and time) 8:00 P.M.; Tuesday - Thursday, 8:30 A.M. - 5:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/7/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Cambridge, City of Purchasing Department ESTIMATED COST: $790,000.00 795 Massachusetts Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Cambridge, MA 02139 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Cambridge Fire Station Upgrades. CONTACT INFORMATION PHONE 617-349-4310 FAX: 617-349-4008 Cynthia H. Griffin EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09. 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 5/7/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/21/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Electrical, HVAC, Plumbing, Painting & Acoustical Ceilings ADDITIONAL INFORMATION Pre-bid conference: 4/28/09 at 10:00 A.M. at the Public Works Conference Room, 147 Hampshire St., Cambridge.

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: 2009-94 Chelsea, City of ***RE-BID*** 500 Broadway ESTIMATED COST: $75,000 Chelsea, MA 02150 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Sealed bids to furnish all labor and materials for Ordinary and Emergency Repair of Sewers and Drains on an annual on-call basis. CONTACT INFORMATION PHONE 617-466-4224 FAX: 617-466-4225 Katharine Sacca EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to [email protected], 4/9/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/23/09 in Conference Room 305 at the above agency address. Attendance is not mandatory. 5% bid bond, 50% payment bond, prevailing wage schedule #127610 and OSHA required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2009-95 Chelsea, City of 500 Broadway Room 206 ESTIMATED COST: $20,000 Chelsea, MA 02150 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Project consists of furnishing all labor and materials to remove approximately 65 feet long, approximately 11 feet wide of reinforced concrete sidewalk, installing three sections on concrete foundation walls, infilling the approximately seven foot void with ordinary fill and installing a new concrete sidewalk with granite curb. CONTACT INFORMATION PHONE 617-466-4220 FAX: 617-466-4225 Katharine Sacca EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/22/09 at 8:00 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 conference: 4/29/09 at 9:00 A.M. at the Clark Avenue School, 8 Clark Ave., Chelsea. Attendance at this pre- bid conference is mandatory for parties submitting a bid. Prevailing wages, OSHA, CORI, 5% Bid Bond, 50% Payment Bond required.

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: MA021 Clinton, Town of Housing Authority ESTIMATED COST: $280,000 58 Fitch Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Clinton, MA 01510 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Window Replacement at residential buildings 3, 4, 5, 6, 7, 8, 13, 14, 15 and 16 (Six units per building). CONTACT INFORMATION PHONE 978-365-4150 FAX: 978-365-4153 Maryellen Donnelly EMAIL: [email protected] 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 @ 1:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/29/09 at 1:00 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2908.00 Dartmouth, Town of Department of Finance ESTIMATED COST: $300,000 P.O. Box 400 CONTRACTOR QUALIFICATION: DCAM Certificate 400 Slocum Rd. Dartmouth, MA 02747 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roof Replacement Project at the Dartmouth Public Library Southworth Branch, 732 Dartmouth St., Dartmouth. CONTACT INFORMATION PHONE 508-910-1802 FAX: 508-910-1885 Mr. Edward F. Iacaponi, C.M.M.T. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Dartmouth Public Library Southworth Branch, 732 Dartmouth St., Dartmouth, MA 02747, 4/16/09 at 9:00 (place, date and time) A.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 9:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/23/09 at 9:00 A.M. at the the Dartmouth Public Library Southworth Branch, 732 Dartmouth St., Dartmouth. Bidders are advised to examine the work area before submitting a bid. A $100.00 deposit is required for mailing of one complete set of Bidding Documents in the form of a checks, payable to the Town of Dartmouth. 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) in the form of a 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 Dartmouth.

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: East Longmeadow, Town of Board of Public Works ESTIMATED COST: $60,000.00 60 Center Square CONTRACTOR QUALIFICATION: East Longmeadow, MA 01028 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Meadowbrook Elementary School Athletic Fields Construction Project, Earthworks Phase. CONTACT INFORMATION PHONE 413-525-5400 ext. 133 FAX: 413-525-5413 Sean Kelley, Senior Project Manager EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: IFB 09-09 Fall River, City of School Department ESTIMATED COST: $300,000.00 106 Hartwell St. CONTRACTOR QUALIFICATION: Fall River, MA 02721 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Construction of new bell tower to house the original B.M.C. Durfee Chimes. The work includes a new landscape plaza at the base of the tower at the B.M.C. Durfee High School, 360 Elsbree St., Fall River. CONTACT INFORMATION PHONE 401-396-9630 FAX: 401-410-0079 John Lusk EMAIL: PLANS/SPECIFICATIONS AVAILABLE JHL/Tecture AE, P.C., 190 High St, Bristol, RI 02809 or online at https://sites.google.com/a/jhltecture. (place, date and time) com/7196-durfee-bell-tower-cd-d/, 4/15/09. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/28/09 at 11:30 A.M. at the B.M.C. Durfee High School, 360 Elsbree St., Fall River. Copies of contract documents available upon payment of a $300 deposit. Bidder to provide 5% bid deposit and a performance bond.

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: 08-AJA02 Fall River, City of Housing Authority ESTIMATED COST: $2,000,000 85 Morgan St. CONTRACTOR QUALIFICATION: DCAM Certificate Fall River, MA 02722 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Window Replacement at Sunset Hill, MA 6-1. In general, the Project consists of, but not limited to: Removal of existing aluminum windows; installation of new vinyl windows and shutters; replacement of aluminum screen doors; preparation and painting of exterior entry doors and frames; preparation and painting of existing steel lintels and existing aluminum cladding at all second floor windows. CONTACT INFORMATION PHONE 781-935-2500 FAX: 781-935-2519 Arnold Jacobson Associates EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Joseph Merritt & Co, 17C Everberg Rd., Woburn, MA 01801 or online at www.merrittgraphics.com, (place, date and time) 4/15/09. Office Hours: Monday - Friday, 8:00 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 1:00 P.M. GENERAL BID DEADLIN 5/14/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Painting; Waterproofing Damproofing and Caulking (Sealants) ADDITIONAL INFORMATION Pre-Bid Conference: 4/28/09 at 10:00 A.M. at 351 Charles St., Fall River. Immediately following the conference, the job site and existing buildings will be available for inspection. There is a plan deposit of $50.00 per set, payable to Joseph Merritt & Co. Bidders requesting Contract Documents to be mailed must include a separate non-refundable check for $40.00 per set, payable to Joseph Merritt & Co. to cover mail handling costs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Foxborough, Town of 60 South St. ESTIMATED COST: $1,300,000.00 Foxborough, MA 02035 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Asbestos Abatement and Vinyl Floor Tile installation at the Foxborough High School. The scope might include re-fireproofing. Contractor Category: Asbestos. CONTACT INFORMATION PHONE 508-628-6586 FAX: 508-628-5488 Ammar Dieb EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Universal Environmental Consultants, 12 Brewster Rd., Framingham, MA 01702, 4/20/09 after 1:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/29/09 @ 1:00 P.M. GENERAL BID DEADLIN 5/7/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Flooring Installation ADDITIONAL INFORMATION Pre-bid site visit: 4/22/09 at 10:00 A.M. at the Foxborough High School, 120 South St., Foxborough. Specifications Deposit is $100.00, $20.00 Mailing Fee.

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: 2009-27 re-bid Franklin, Town of Purchasing Department ESTIMATED COST: $375,000 Municipal Building CONTRACTOR QUALIFICATION: Department of 355 East Central St. Highway Franklin, MA 02038 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous concrete materials, paving, trench work and structure adjustments for the period of 4/3/09 - 12/31/09. CONTACT INFORMATION PHONE 508-520-4918 FAX: 508-541-5253 Norma R. Collins, CPO EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to [email protected], 4/15/09. IFB available Monday - (place, date and time) Thursday only. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Requests for IFB must include a signed Highway pre-qualification Certificate of Approval Form from the pre- qualification and contracts office specific for this bid. There are no fees for the IFB.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2009-29 Franklin, Town of Purchasing Office ESTIMATED COST: $469,425.00 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: Populatic St. Roadway and Storm Drain System includes wetland replication areas Project. CONTACT INFORMATION PHONE 508-520-4918 FAX: 508-541-5253 Norma R. Collins, CPO EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/22/09 after 11:00 A.M. Bid packages available Monday - Thursday Only. (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 Information session: 5/7/09 at 11:00 A.M. in the Town Council Chambers. There is no plan deposit. Non-refundable mailing fee is $100.00, payable to the Town of Franklin.

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: 2009-122 Gardner, City of 95 Pleasant St. ESTIMATED COST: $20,000 Gardner, MA 01440 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Licensed plumber to bring building into compliance with the Massachusetts Plumbing Code. Some work to be performed by City employees (excavation, trenching). CONTACT INFORMATION PHONE 978-632-0426 FAX: 978-632-9320 Mary A Delaney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 4/6/09 at 10:00 A.M. Bid packages available electronically by email request. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 99147 Gloucester, City of Purchasing Department ESTIMATED COST: $700,000.00 9 Dale Ave. CONTRACTOR QUALIFICATION: Gloucester, MA 01930 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Automatic Backwash Sand Filter Replacement Project a the West Gloucester Water Treatment Facility. CONTACT INFORMATION PHONE 978-281-9710 FAX: 978-281-8763 Purchasing Dept EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/21/09 at 10:00 A.M. There is a $15.00 non refundable fee to receive documents.

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: 2009-Hillcrest Paving Gloucester, City of Housing Authority ESTIMATED COST: $17,000 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: Paving and expansion of existing 100' driveway at 374 Washington St., Gloucester. CONTACT INFORMATION PHONE 978-281-4770 FAX: 978-281-6945 David Houlden EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site inspection: 4/21/09 at 10:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: PW #E09 Hampden, Town of Board of Selectmen ESTIMATED COST: $296,000 625 Main St. CONTRACTOR QUALIFICATION: DCAM Certificate Hampden, MA 01036 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Reclamation, paving and related work on North Monson Rd. CONTACT INFORMATION PHONE 413-566-8842 FAX: 413-566-2010 Dana Pixley, Highway Superintendent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Thursday, 9:00 A.M. - 3:00 P.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

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: Harvard, Town of Board of Selectmen ESTIMATED COST: $227,300.00 13 Ayer Rd. CONTRACTOR QUALIFICATION: Harvard, MA 01451 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Town-wide Debris Cleanup. CONTACT INFORMATION PHONE 978-456-4130 FAX: 978-456-4125 Richard Nota, Public Works Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bid documents must be picked up. Documents will not be mailed.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 142024 Hull, Town of Housing Authority ESTIMATED COST: $24,640.00 6 Atlantic House Court CONTRACTOR QUALIFICATION: Hull, MA 02045 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: 28 Housing units, each having their own steam boiler, that require re-piping at the boilers. All boilers will be chemically cleaned, flushed and treated. CONTACT INFORMATION PHONE 781-925-4544 FAX: Catherine Luna EMAIL: PLANS/SPECIFICATIONS AVAILABLE MacRitchie Engineering, Inc., 197 Quincy Ave., Braintree, MA 02184, 4/15/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site Walk-through: 4/22/09 at 10:00 A.M. at 35 C St., Hull.

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: Lawrence, City of Office of the Purchasing Agent ESTIMATED COST: $55,000.00 200 Common St. Room 6 CONTRACTOR QUALIFICATION: Lawrence, MA 01840 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnish and install toilet partitions at the South Lawrence East School. Vendor will be responsible for the removal of existing toilet partitions. CONTACT INFORMATION PHONE 978-620-3240 FAX: 978-722-9300 Rita V. Brousseau EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/22/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This project is subject to Prevailing Wage Rates and OSHA certification.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Longmeadow, Town of 735 Longmeadow St. Suite 101 ESTIMATED COST: $320,000.00 Longmeadow, MA 01106 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Williams St. and Emerson Rd. Road Improvement Project. Work consists of the reconstruction of approximately 15,100 square yards of roadway including but not limited to milling and disposal of roadway, modification of drainage structures and installation of new catch basin frames and covers, lowering and raising all structures, installation of bituminous concrete overlay and removal of existing and installation of new bituminous concrete berm. Project completion will be 60 calendar days from the date of the Notice to Proceed. CONTACT INFORMATION PHONE 413-565-4136 FAX: Chad Thompson, Purchasing Coordinator EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Office of Chad Thompson, Purchasing Coordinator at the above agency address. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 04/30/2009 @ 11:15AM (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Sealed Bids labeled "Williams St & Emerson Rd–Road Improvement Project" will be received at the above agency address, Attn: Chad Thompson, Purchasing Coordinator until the deadline, at which time bids will be publicly opened in the auditorium. Late bids will be rejected. The document deposit is $50, mailing fee is $25 (non-refundable). 5% bid deposit required with bid in form of bid bond, certified check, treasurer’s check or cashier’s check. Performance and Payment Bonds required in the full contract amount. No Bid may be withdrawn within 30 days of receiving notice to award and in no case less than 60 days after the date of the opening of bids. Project funded in part by MassHighway Chapter 90 funds. MassHighway vendor pre-qualification is required. Payment of Minimum Wage Rates is required.

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: SIDEWALK IMPROVEMENT 09-25 Longmeadow, Town of Office of the Purchasing Coordinator ESTIMATED COST: $192,000.00 Community House CONTRACTOR QUALIFICATION: Department of 735 Longmeadow St. Suite 101 Highway Longmeadow, MA 01106 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Sidewalk Improvement Project 09-25. The work consists of the replacement of approximately 4,900 linear feet of Concrete Sidewalk. Project completion to be 60 calendar days from the date of the Notice to Proceed. CONTACT INFORMATION PHONE 413-565-4136 FAX: Chad Thompson, Purchasing Coordinator EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Office of Chad Thompson, Purchasing Coordinator at the above agency address or by calling 413-565- (place, date and time) 4136. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 04/30/2009 @ 11:15AM (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Sealed Bids with the outer envelope marked "Sidewalk Improvement Project 09-25" will be received at the above agency address, Attn: Chad Thompson, until the deadline, at which time bids received will be publicly opened and read. Late bids will be rejected. Deposit for documents is $50 and Documents will be mailed for $25 (non- refundable). All bids are subject to the provisions of MGL Ch. 30,39M as amended. Bidders must furnish a bid bond, certified check, treasurer’s check or cashier’s check in the amount of 5% of the total amount of the bid, payable to the Town of Longmeadow. Performance and Labor and Materials Payment Bonds in full contract amount required. No Bid may be withdrawn within 30 days of receiving notice to award and in no case less than 60 days after the date of the opening of bids. This project is being funded in part by MassHighway Chapter 90 funds. MassHighway vendor pre-qualification is required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: IFB 09-33 Lowell, City of Purchasing Office ESTIMATED COST: $300,000 375 Merrimack St. CONTRACTOR QUALIFICATION: Lowell, MA 01852 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The City of Lowell is seeking bids from all qualified vendors for labor, parts, components and equipment required for emergency and non- emergency repair of all low voltage breakers at the Wasterwater treatment facility and off site buildings throughout the City of Lowell in strict accordance to specifications for three years. CONTACT INFORMATION PHONE 978-970-4110 FAX: 978-970-4114 P. Michael Vaughn EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 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: 161065 Ludlow, Town of Housing Authority ESTIMATED COST: $288,000 114 Wilson St. CONTRACTOR QUALIFICATION: DCAM Certificate Ludlow, MA 01056 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roofing replacement at State Street 667-1. CONTACT INFORMATION PHONE 413-589-7272 FAX: 413-589-7273 Sidney Chevalier EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/1/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site walk-through: 4/16/09 at 10:00 A.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: N/A Lynn, City of Purchasing Department ESTIMATED COST: $75,000.00 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: Exterior Retaining Wall Replacement at the Sewall-Anderson Elementary School, 25 Ontario St., Lynn. CONTACT INFORMATION PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 10:00 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 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Refundable specification deposit of $50.00 per set required in the form of cash, certified check, bank check or money order, payable to the City of Lynn. Requests for mailed specifications requires an additional $40.00 per set in the form of certified check, bank check or money order, payable to the City of Lynn. This project is bid under MGL Ch. 30 S. 39M.

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: Bell Rock Park Malden, City of Redevelopment Authority ESTIMATED COST: $250,000.00 Government Center CONTRACTOR QUALIFICATION: 200 Pleasant St. 6th Floor Room 621 Malden, MA 02148 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Work includes the careful dismantling and reconstruction of the existing stone World War II Monument including new memorial plaques, precast components, concrete pavement and lawn repair. Alternates include three new monuments containing six additional plaques, granite pavement, earthwork and tree planting. CONTACT INFORMATION PHONE 781-652-8809 FAX: 781-862-2687 Jason Bobowski EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 153 Marblehead, Town of Board of Water and Sewer Commissioners ESTIMATED COST: $200,000. 100 Tower Way Building 11 CONTRACTOR QUALIFICATION: Marblehead, MA 01945 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Processing of ABC Materials and Removal of Solid Fill from the Marblehead Water and Sewer Department Lower Yard. CONTACT INFORMATION PHONE 781-890-3980 FAX: 781-890-1491 John O'Brien, P.E. EMAIL: jo''[email protected] PLANS/SPECIFICATIONS AVAILABLE Haley and Ward, Inc., 25 Fox Rd., Waltham, MA 02451, 4/15/09, 8:00 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 10:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: CWSRF-1725, Contract No. C Marion, Town of Department of Public Works ESTIMATED COST: $940,000 P.O. Box 1050 CONTRACTOR QUALIFICATION: 50 Benson Brook Rd. Marion, MA 02738 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Phase 3A Village Loop Structural Repairs project consists of the open cut replacement of approximately 2,150 of existing sewer pipe with new eight- to 16-in sewer pipe, replacement of sewer service connections, replacement of manholes, testing, protection of existing utilities, earthwork, paving, bypass pumping and restoration. CONTACT INFORMATION PHONE 401-751-5360 FAX: 401-751-5499 Shawn Syde, CDM, Providence, RI EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Camp Dresser & McKee, Inc., 56 Exchange Terrace, Providence, RI 02903, 4/15/09 after 2:00 P.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: 4/23/09 at 10:30 A.M. at the Marion Wastewater Treatment Plant. Plan and specification deposit is $50.00 in the form of a check, payable to the Town of Marion. Mailing fee is $25.00 in the form of a check, payable to CDM.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Marlborough, City of Public Facilities Department ESTIMATED COST: 85 Sawin St. CONTRACTOR QUALIFICATION: Marlborough, MA 01752 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Wall Repair Project at Marlborough Middle School. The project consists of the installation of an metal panel system over the existing masonry wall, complete with roof flashings and sealants. CONTACT INFORMATION PHONE 508-460-3521 FAX: 508-460-3565 John L. Ghiloni EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/21/09 at 2:00 P.M. at the Marlborough Middle School, 25 Union St., Marlborough.

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: 1723 Mattapoisett, Town of P.O. Box 435 ESTIMATED COST: $350,000 16 Main St. CONTRACTOR QUALIFICATION: Mattapoisett, MA 02739 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Short Wharf Proposed Timber Pier and Dinghy Dock Construction. CONTACT INFORMATION PHONE 508-758-2749 FAX: 508-758-2849 Jon C. Connell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Field Engineering Co., Inc., P.O. Box 1178, 11D Industrial Drive, Mattapoisett, MA 02739, 4/15/09 at (place, date and time) 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/1/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Methuen, City of Department of Public Works ESTIMATED COST: $1,500,000 41 Pleasant St. CONTRACTOR QUALIFICATION: Department of Methuen, MA 01844 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Pavement Recycling/Road Sealing. CONTACT INFORMATION PHONE 978-983-8535 FAX: 978-983-8972 Joanne Ouellette, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 (place, date and time) A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 9:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Methuen, City of Department of Public Works ESTIMATED COST: $1,400,000 41 Pleasant St. CONTRACTOR QUALIFICATION: Department of Methuen, MA 01844 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous Concrete including machine paving, handwork, curb and berm. CONTACT INFORMATION PHONE 978-983-8535 FAX: 978-983-8972 Joanne Ouellette, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 (place, date and time) A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 9:15 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Methuen, City of Department of Public Works ESTIMATED COST: $200,000 41 Pleasant St. CONTRACTOR QUALIFICATION: Department of Methuen, MA 01844 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous Concrete Pavement Reclamation. CONTACT INFORMATION PHONE 978-983-8535 FAX: 978-983-8972 Joanne Ouellette, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 (place, date and time) A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 9:30 A.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: Methuen, City of Department of Public Works ESTIMATED COST: $100,000 41 Pleasant St. CONTRACTOR QUALIFICATION: Department of Methuen, MA 01844 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Random Crack Sealing. CONTACT INFORMATION PHONE 978-983-8535 FAX: 978-983-8972 Joanne Ouellette, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 (place, date and time) A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 9:45 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Methuen, City of Department of Public Works ESTIMATED COST: $70,000 41 Pleasant St. CONTRACTOR QUALIFICATION: Department of Methuen, MA 01844 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Cold Planing and Profiling of Bituminous Surfaces. CONTACT INFORMATION PHONE 978-983-8535 FAX: 978-983-8972 Joanne Ouellette, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 (place, date and time) A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:15 A.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: Methuen, City of Department of Public Works ESTIMATED COST: $25,000 41 Pleasant St. CONTRACTOR QUALIFICATION: Methuen, MA 01844 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Reflectorized Pavement Marking. CONTACT INFORMATION PHONE 978-983-8535 FAX: 978-983-8972 Joanne Ouellette, Purchasing Agent EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Thursday, 8:00 A.M. - 4:30 P.M.; Friday, 8:00 (place, date and time) A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Middleborough, Town of Gas and Electric Department ESTIMATED COST: $55,000 32 South Main St. CONTRACTOR QUALIFICATION: Middleborough, MA 02346 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Removal of lead base paint on steel storage tank, steel walkway and metal building and recoat tank, walkway and building. Removal of paint from concrete supports for tank and walkway and recoat. CONTACT INFORMATION PHONE 508-947-1535 FAX: 508-946-3713 Bernard W. Gosson EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 2 Vine St., Middleborough, MA 02346, 4/15/09. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/27/09 at 10:00 A.M. at 2 Vine St., Middleborough.

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: Milford, Town of Office of Planning and Engineering ESTIMATED COST: $400,000 52 Main St. CONTRACTOR QUALIFICATION: Milford, MA 01757 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Jefferson Street Drainage and Sidewalk Improvement Project. CONTACT INFORMATION PHONE 508-634-2328 FAX: 508-634-2359 Susan Clark EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 9:00 A.M. - 4:00 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

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: W-121 Natick, Town of Board of Selectmen ESTIMATED COST: $55,000. 75 West St. CONTRACTOR QUALIFICATION: Natick, MA 01760 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Purchase of Precast Buildings. CONTACT INFORMATION PHONE 781-890-3980 FAX: 781-890-1491 Gregory J. Eldridge, P.E. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Haley and Ward, Inc., 25 Fox Rd., Waltham, MA 02451, 4/15/09, 8:00 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: NBHA-09-101-PAINTING New Bedford, City of Housing Authority ESTIMATED COST: $105,000.00 Office of The Director of Facilities Management CONTRACTOR QUALIFICATION: DCAM Certificate 725 Pleasant St. New Bedford, MA 02740 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Exterior Painting of Buildings Located at (AMP030-7004) Westlawn and (AMP060-7003), Spring 2009. Anticipated Notice to Proceed date is 5/11/09. Time of Completion is 115 consecutive calendar days. CONTACT INFORMATION PHONE 508-997-4824 FAX: 508-961-3081 James F. Costa EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 after 9:00A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION To view the sites contact James F. Costa at 508-997-4824.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Newburyport, City of Public Schools ESTIMATED COST: $15,000 Office of the Superintendent CONTRACTOR QUALIFICATION: 70 Low St. Newburyport, MA 01950 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Demolition, abatement and disposal of Boiler #2 at Bresnahan School. Following procedures defined in the abatement plan developed by the Environmental Services Contractor, the winning bidder will dismantle and dispose of Boiler #2 and related equipment, conduit, controls, plumbing and other appurtenances. All bidders must be qualified, or must sub-contract to a company which is qualified, to perform asbestos abatement work in the Commonwealth of Massachusetts. Work must be completed 6/29/09 - 7/17/09. CONTACT INFORMATION PHONE 978-465-4440 FAX: 978-465-4439 Steve Bergholm EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09 at 8:00 A.M. (place, date and time) 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 meeting: 4/28/09 at 10:00 A.M. at the Bresnahan School, 333 High St., Newburyport. All interested bidders must attend.

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: Newburyport, City of Public Schools ESTIMATED COST: $50,000 Office of the Superintendent CONTRACTOR QUALIFICATION: 70 Low St. Newburyport, MA 01950 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The Newburyport Public Schools will receive sealed bids for the installation of a new gas-fired boiler at the F.T. Bresnahan Elementary School. Installation scheduled during the school's summer recess. CONTACT INFORMATION PHONE 978-465-4440 FAX: 978-465-4439 Steve Bergholm EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09 at 10:00 A.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 Mandatory pre-bid meeting: 4/29/09 at 10:00 A.M. at the Bresnahan School, 333 High St., Newburyport. All interested bidders must attend.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Newburyport, City of Public Schools ESTIMATED COST: $100,000 Superintendent of Schools Office CONTRACTOR QUALIFICATION: 70 Low St. Newburyport, MA 01950 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Extend the existing Newburyport High School AEM ViewPort direct digital control system to the Nock/Molin school, utilizing ASI Controls controller hardware and modifying the existing Viewport graphical user interface to incorporate the new mechanical screens and floor plan graphics. Separate systems that are not directly integrated with the existing system will not be accepted. CONTACT INFORMATION PHONE 978-465-4440 FAX: 978-465-4439 Steve Bergholm EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09. (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 Mandatory pre-bid meeting: 4/24/09 at 10:00 A.M. at the Nock/Molin School, 70 Low St., Newburyport. All interested bidders must attend.

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: 09-79 Newton, City of 1000 Commonwealth Ave. Room 204 ESTIMATED COST: $100,000 Newton, MA 02459 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Annual Epoxy Flooring Installation and Service Contract. Contractor Category: Floor Covering. CONTACT INFORMATION PHONE 617-796-1220 FAX: 617-796-1227 Re Cappoli, Chief Procurement Officer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 4/16/09 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 9:30 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION 5% Bid Surety Required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: MA-026 Northampton, City of Housing Authority ESTIMATED COST: $100,000 49 Old South St. CONTRACTOR QUALIFICATION: DCAM Certificate Northampton, MA 01060 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Exterior Painting at Florence Heights, 178 Florence Rd., Northampton. CONTACT INFORMATION PHONE 413-584-4030 ext. 271 FAX: 413-582-1350 Dave Gour EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/24/09. (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 Site Walk-through: 5/19/09 at 9:00 A.M. at 178 Florence Rd., Northampton. $25 deposit per set by check if picked up. $15 by separate check for P&H if by mail.

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: 20070686 Norwell, Town of Housing Authority ESTIMATED COST: $45,000.00 399 Washington St. CONTRACTOR QUALIFICATION: Norwell, MA 02061 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Norwell Housing Authority Building 3: Provide Epoxy coating of the interior of the Hot and Cold Domestic Water Piping. Contractor will dry, sandblast, coat and dry the epoxy coating. Install service isolation valves as indicated. CONTACT INFORMATION PHONE 978-296-6377 FAX: 978-475-5768 Dennis O'Leary, P.E. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Job site and/or existing building will be available for inspection 4/22/09, 10:00 A.M. - 11:00 A.M. Please contact Sharon Sylvester at 781-659-7690 at least 72 hours in advance to make an appointment. Plan Deposit of $25.00 per set (Maximum of two sets), payable to the Norwell Housing Authority. Additional sets may be purchased for $10.00 each. Mailing fee $15.00 per set for UPS Ground or $25.00 per set for UPS overnight in the form of a separate check, payable to the Norwell Housing Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Fire Alarm Orange, Town of 6 Prospect St. ESTIMATED COST: Orange, MA 01364 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replace Fire Alarm panel and detectors. New installation must conform to all Massachusetts Building, Fire and Electrical codes related to this system. CONTACT INFORMATION PHONE 978-544-1113 FAX: 978-544-1101 Richard Kwiatkowski EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (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 Project can be viewed by appointment by calling 978-544-1103, Monday - Thursday, 8:00 A.M. - 3:00 P.M.

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: 09-036 Pittsfield, City of Purchasing Department ESTIMATED COST: $40,000.00 70 Allen St. CONTRACTOR QUALIFICATION: Pittsfield, MA 01201 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bleachers at Wahconah Park. CONTACT INFORMATION PHONE 413-499-9470 FAX: 413-499-9463 Colleen Hunter-Mullett EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 after 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION $20.00 mailing fee for bid documents.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: NF 02 RP Plymouth, Town of Housing Authority ESTIMATED COST: $32,000.00 69 Allerton St. CONTRACTOR QUALIFICATION: Plymouth, MA 02360 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Shingle Roof Replacement at Northfield Senior Housing, 84 Nicks Rock Rd., Plymouth. CONTACT INFORMATION PHONE 508-747-2553 FAX: 508-747-2553 Paul Blanchard EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/9/09. Office Hours: Monday, Tuesday, Thursday and Friday, 9:00 A.M. - 4:00 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Deposit for documents is $25.00 per set, mailing fee is $10.00 per set in the form of separate checks, payable to the Plymouth Housing Authority.

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: 2911 Plymouth, Town of Procurement Division ESTIMATED COST: $900,000.00 11 Lincoln St. CONTRACTOR QUALIFICATION: Plymouth MA 02360 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: 2700' of roadway improvements including unclassified excavation, full depth hot mix pavement, hot mix sidewalk, granite edging, pavement markings and incidental work. CONTACT INFORMATION PHONE 508-747-1620 ext. 210 FAX: 508-830-4133 Pamela D. Hagler, Procurement Officer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 12:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Plans and specifications are available for a refundable deposit of $100 in the form of a cashier's or treasurer's check, money order, or cash (no uncertified company checks) and non-refundable mailing fee of $50 or pre-paid shipping voucher. The successful general bidder must furnish 100% Labor and Materials Bond and a 100% Performance Bond. The Town of Plymouth's Responsible Contractor Bylaw will be applicable to this project. Please check the Town's website for updated information at www.plymouth-ma.gov and follow the links to town departments, procurement, current bids.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2909 Plymouth, Town of Procurement Division ESTIMATED COST: $2,750,000.00 11 Lincoln St. CONTRACTOR QUALIFICATION: DCAM Certificate Plymouth, MA 02360 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Architectural, structural, civil, process, HVAC, plumbing and electrical improvements to the existing Bradford Well Treatment Plant. Contractor Category: Water Treatment Plants. CONTACT INFORMATION PHONE 508-747-1620 ext. 210 FAX: 508-830-4133 Pamela D. Hagler, Procurement Officer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09 at 8:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/7/09 @ 11:30 A.M. GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE masonry, electrical, HVAC, painting, roofing and flashing, and plumbing ADDITIONAL INFORMATION Pre-bid conference: 4/28/09 at 1:00 P.M. Plans and specifications are available for a refundable deposit of $100 in the form of a cashier's or treasurer's check, money order or cash (no uncertified company checks) and non- refundable mailing fee of $50 or pre-paid shipping voucher. The successful general bidder must furnish 100% Labor and Materials Bond and a 100% Performance Bond. The Town of Plymouth's Responsible Contractor Bylaw will be applicable to this project. Please check the Town's website for updated information at www.plymouth-ma.gov and follow the links to town departments, procurement, current bids.

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: 2910 Plymouth, Town of Procurement Division ESTIMATED COST: $400,000 11 Lincoln St. CONTRACTOR QUALIFICATION: Department of Plymouth, MA 02360 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Yearly contract for bituminous concrete paving. CONTACT INFORMATION PHONE 508-747-1620 ext. 108 FAX: 508-830-4133 Christine Fox EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION The successful general bidder must furnish a 50% Labor and Materials Bond and 100% Performance Bond. The Town of Plymouth's Responsible Contractor Bylaw will be applicable to this contract. Please check the Town's website for updated information at www.plymouth-ma.gov and follow the links to town departments, procurement, current bids.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 2902R Plymouth, Town of Procurement Division ESTIMATED COST: $490,000 11 Lincoln St. CONTRACTOR QUALIFICATION: DCAM Certificate Plymouth, MA 02360 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Rehabilitation of Holmes Point Pump Station consisting of replacing the existing pumps and motors, piping and valves, generator and all associated electrical and controls. The scope of work also includes upgrades to the HVAC including ductwork, fans and louvers, replacing a door to the pump station, concrete cutting, brick re-pointing and some general painting. Contractor Category: Pumping Stations. CONTACT INFORMATION PHONE 508-747-1620 ext. 210 FAX: 508-830-4133 Pamela D. Hagler, Procurement Officer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 11:00 A.M. GENERAL BID DEADLIN 5/7/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE HVAC, Electrical ADDITIONAL INFORMATION Plans and specifications available for a refundable deposit of $50 in the form of a cashier's or treasurer's check, money order or cash (no uncertified company checks) and non-refundable mailing fee of $25 or pre-paid shipping voucher. The successful general bidder must furnish 100% Labor and Materials Bond and 100% Performance Bond. The Town of Plymouth's Responsible Contractor Bylaw will be applicable to this project. Please check the Town's website for updated information at www.plymouth-ma.gov and follow the links for Town Departments, procurement, current bids.

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: Provincetown, Town of Airport Commission ESTIMATED COST: $165,000 Municipal Airport CONTRACTOR QUALIFICATION: 176 Race Point Rd. Provincetown, MA 02657 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Re-Stripe and Crack Fill Runway 7-25 (Pavement Markings and Crack Sealing). CONTACT INFORMATION PHONE 617-242-9222 FAX: 617-242-9824 Stephen J. Flecchia EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Jacobs (formally Edwards and Kelcey), 33 Farnsworth St. 1st Floor, Boston, MA 02210, 617-242-9222, (place, date and time) 4/15/09. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION The Instruction to Bidders, Bid Proposal, Contract Documents, Drawings, and Specifications may be examined at the office of the Airport Manager at the above agency address (Butch Lisenby, Airport Manager, 508-487-0241 and at Jacobs (formally Edwards and Kelcey), 343 Congress St., Boston, (Stephen J. Flecchia, 617-242-9222).

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Randolph, Town of 41 South Main St. ESTIMATED COST: $90,000 Randolph, MA 02368 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Renovations to the locker rooms and facility improvements at the Town of Randolph's Zapustas Ice Arena. CONTACT INFORMATION PHONE 781-961-0939 FAX: Bud Deyo EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/6/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 4:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Randolph, Town of School Department ESTIMATED COST: $60,000 Office of the Superintendent CONTRACTOR QUALIFICATION: DCAM Certificate 40 Highland Ave. Randolph, MA 02368 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fire alarm wireless connection upgrade. Contractor Category: Alarms. CONTACT INFORMATION PHONE 781-961-6207 ext. 101 FAX: 781-961-6290 Mr. Steven Moore EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/07/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/22/09 at 10:30 A.M. in the Randolph High School Lobby, 70 Memorial Drive, Randolph.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 324-2 Rehoboth, Town of Selectmen's Office ***REVISED*** ESTIMATED COST: $6,000 - $8,000*** 148 Peck St. CONTRACTOR QUALIFICATION: Rehoboth, MA 02769 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Solar Hot Air Heating Panels: Three*** panels and installation at the Rehoboth Senior Center Building, 55 Bay State Rd., Rehoboth. CONTACT INFORMATION PHONE 508-252-3758 FAX: 508-252-5342 David J. Marciello EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, by email to Helen Dennen at [email protected] or by phone to (place, date and time) 508-252-3758, 4/1/09 at 9:00 A.M. Office Hours: Monday - Thursday, 9:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M.*** (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION IFB submissions are due at the above agency address in a sealed envelope clearly marked "Sealed bid for Senior Center Solar Hot Air Heating Panels & Installation Project #324-2."

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: 324-3 Rehoboth, Town of Selectmen's Office ***REVISED*** ESTIMATED COST: $3,500 - $5,000*** 148 Peck St. CONTRACTOR QUALIFICATION: Rehoboth, MA 02769 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Two ERV*** Ventilators heat recovery vents and installation in conjunction with the APV heating and electric upgrade at the Rehoboth Senior Center, 55 Bay State Rd., Rehoboth. CONTACT INFORMATION PHONE 508-252-3758 FAX: 508-252-5342 David J. Marciello EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, by email to Helen Dennen at [email protected] or by phone to (place, date and time) 508-252-3758, 4/1/09 at 9:00 A.M. Office Hours: Monday - Thursday, 9:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M.*** (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION IFB submissions are due at the above agency address in a sealed envelope clearly marked "Sealed bid for Senior Center ERV Ventilators & Installation Project #324-3."

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 324-1 Rehoboth, Town of Selectmen's Office ***DEADLINE DATE REVISED*** ESTIMATED COST: $110,000 - $115,000 148 Peck St. CONTRACTOR QUALIFICATION: Rehoboth, MA 02769 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Procurement and installation of 14.4kW Solar Photovoltaic System including installation of two rows of PV panels length of roof at Rehoboth Senior Center building, 55 Bay State Rd., Rehoboth. CONTACT INFORMATION PHONE 508-252-3788 FAX: 508-252-5342 David J. Marciello EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, by email request to Helen Dennen at [email protected] or by (place, date and time) phone to 508-252-3758, 4/1/09 at 9:00 A.M. Office Hours: Monday - Thursday, 9:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M.*** (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION IFB submissions are due at the above agency address in a sealed envelope clearly marked "Sealed bid for Senior Center Solar Photovoltaic System Project #324-1."

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: K-41 Salem, City of Purchasing Department ESTIMATED COST: $70,000.00 120 Washington St. 3rd floor CONTRACTOR QUALIFICATION: Salem, MA 01970 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Renovation of Public Restrooms at Old Town Hall. CONTACT INFORMATION PHONE 978-619-5696 FAX: 978-745-7461 Albert C. Hill, Jr. EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09 after 10:00 A.M. Documents may be viewed and printed from (place, date and time) www.comm-pass.com (search solicitations K-41) or www.salem.com within the Purchasing Department under Bids & RFP's K-41. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/4/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference: 4/22/09 at 10:00 A.M. at the above agency address. Contact Natalie Lovett, Department of Planning and Community Development for directions at 978-619-5685.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: IFB 09-47 Somerville, City of Purchasing Department ESTIMATED COST: $75,000.00 93 Highland Ave. CONTRACTOR QUALIFICATION: Somerville, MA 02143 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Seal Coating for Pavement and Schoolyards. CONTACT INFORMATION PHONE 617-625-6600 ext. 3407 FAX: 617-625-1344 Orazio P. DeLuca EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/7/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Prevailing wage rates apply. 5% Bid Deposit required. There will be a Mandatory Pre-Bid Conference.

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: 274080 Somerville, City of Housing Authority ESTIMATED COST: $35,000 30 Memorial Rd. CONTRACTOR QUALIFICATION: DCAM Certificate 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. Contractor Category: General Building Construction. 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 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A sample unit will be available for inspection 4/21/09 at 10:00 A.M. at the above agency address. A plan deposit of $25 per set is required, payable to the Somerville Housing Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: South Hadley, Town of Chief Procurement Office ESTIMATED COST: $85,000 116 Main St. Office #103 CONTRACTOR QUALIFICATION: DCAM Certificate South Hadley, MA 01075 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: HVAC System Renovation at the South Hadley Public Library, 27 Bardwell St., South Hadley. CONTACT INFORMATION PHONE 413-538-5030 FAX: 413-534-1041 Jennifer Wolowicz EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Friday, 9:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Conference: 4/22/09 at 11:00 A.M. at the Library Entrance, 27 Bardwell St., South Hadley.

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: Southborough, Town of School Department ESTIMATED COST: $18,000.00 Office of the Superintendent of Schools CONTRACTOR QUALIFICATION: 53 Parkerville Rd. Southborough, MA 01772 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Trottier Middle School Shingle Roofing Repairs (approximately 23 squares) including Interior Drywall/Painting Repairs. CONTACT INFORMATION PHONE 508-485-2400 ext. 176 FAX: David White EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site walk: 4/22/09 at 9:00 A.M. at the parking lot south side at Trottier Middle School, 49 Parkerville Rd., Southborough. Plan Deposit is $25.00, Mail fee is $15.00, both payable to Southborough School Department.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Southbridge, Town of Office of the Town Manager ESTIMATED COST: $2.07 Million 41 Elm St. CONTRACTOR QUALIFICATION: DCAM Certificate Southbridge, MA 01550 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Water Treatment Plant Improvements. Category of Certification: Water Treatment Plants. Scope of work includes providing and installing a water treatment unit at the water treatment plant, replacing the clarifiers and filter media in the existing two treatment units, replacing the finished water pump motor starters with variable speed drives, adding a third raw water pump, instrumentation improvements and installing an ammonium sulfate chemical feed system. CONTACT INFORMATION PHONE 508-764-5405 FAX: Town Managers Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Office Hours: Monday - Wednesday, 8:00 A.M. - 4:00 P.M.; Thursday, (place, date and time) 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Masonry Work; Electrical Work ADDITIONAL INFORMATION Bidders will have the opportunity to view the site of the work 4/28/09, 9:00 A.M. - 11:00 A.M. $50.00 refundable deposit for documents in the form of a check, payable to the Town of Southbridge. Contract documents will be shipped upon receipt of two prepaid, self-addressed shipping labels from either US Postal Service, UPS or Federal Express.

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: Southbridge, Town of Airport Commission ESTIMATED COST: $100,000 Clemence Hill Rd. CONTRACTOR QUALIFICATION: Southbridge, MA 01550 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Airfield Crack Repair and Pavement Marking. CONTACT INFORMATION PHONE 207-775-3211 FAX: 207-775-6434 Steve Langlais EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services Inc., 22 Free St. Suite 205, Portland, ME 04101, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Contract documents will be available upon payment of a $50 deposit, payable to Southbridge Airport Commission. Deposit will be refunded after return of unmarked, unused sets only.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 397 Springfield, City of Department of Purchase ESTIMATED COST: $350,000 36 Court St. Room 405 CONTRACTOR QUALIFICATION: DCAM Certificate Springfield, MA 01103 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: ADA Improvements and Renovations: Demolish and redesign stair components; fabricate and install hydraulic wheelchair lift, interior ADA ramp, new Toilet, Closet, Corridor, exhaust fans; electrical; plumbing work. CONTACT INFORMATION PHONE 413-787-7843 FAX: 413-787-6295 Bob Carney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 12:00 P.M. GENERAL BID DEADLIN 5/14/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Electrical, Elevator ADDITIONAL INFORMATION Refundable fee for documents is $100 in the form of a certified, bank check or money order, payable to the City of Springfield. Either package service number or $25.00 bank check or money order required for mailing and handling.

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: #373 Springfield, City of Department of Purchase ESTIMATED COST: $90,000 36 Court St. Room 405 CONTRACTOR QUALIFICATION: Springfield, MA 01103 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fabricate and Install two new six-seat ADA compliant crotch mahogany hardwood veneer wood desks to replace existing four-seat wood desks. Desks with an electrical chase below a patron ledge for future wiring. CONTACT INFORMATION PHONE 413-787-7843 FAX: 413-787-6295 Bob Carney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 8:30 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 4/22/09 at 10:00 A.M.. Contact Steven Watchorn, CBI COnsulting at 617-268-8977. Plan deposit is $100 in the form of a certified bank check or Money Order, payable to the City of Springfield. Package service number or $25.00 fee for Shipping and Handling in the form of a certified bank check or Money Order.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: PW 10 - 01 Tewksbury, Town of Department of Public Works ESTIMATED COST: $520,000.00 999 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 Bituminous Concrete Base and Wearing Course. CONTACT INFORMATION PHONE 978-640-4440 FAX: 978-640-4445 Brian Gilbert EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

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: Tyngsborough, Town of 25 Bryants Lane ESTIMATED COST: $115,000 Tyngsborough, MA 01879 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Demolition of a town-owned building, including the removal and disposal of all equipment and materials. CONTACT INFORMATION PHONE 978-649-2314 FAX: 978-649-2320 Rosemary Cashman EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site meeting: 4/22/09 at 9:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Tyngsborough, Town of Office of the Town Administrator ESTIMATED COST: $140,000 25 Bryants Lane CONTRACTOR QUALIFICATION: DCAM Certificate Tyngsborough, MA 01879 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Duct Modifications and installation of access panels at Tyngsborough Elementary School, 205 Westford Rd. CONTACT INFORMATION PHONE 978-649-2314 FAX: 978-649-2320 Rosemary Cashman 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 5/1/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bidders Conference: 4/24/09 at 9:00 A.M. at the front entrance of the Elementary School, 205 Westford Rd. Bid Documents are available for a refundable deposit of $50.00 in the form of a Certified, Treasurer’s or Cashier’s Check, payable to the Town of Tyngsborough from a responsible bank or trust company. This deposit will be refunded for up to two sets for general bidders upon return of the sets in good condition within 30 days after General Bid opening. Otherwise, the deposit will become the property of the Town of Tyngsborough. Documents may also be mailed for an additional separate non-refundable $25.00 mailing fee in the form of a company check.

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: Bid/Contract No. 2009-29 Walpole, Town of School Department ESTIMATED COST: $40,000 135 School St. CONTRACTOR QUALIFICATION: Walpole, MA 02081 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Walpole High School Adventure Challenge Course Planning, Development and Installation. CONTACT INFORMATION PHONE 508-660-7292 FAX: 508-668-2240 Deborah McElhinney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Purchasing Office, 135 School St. Room 118, Walpole, MA 02081, 4/15/09 at 8:30 A.M. Office Hours: (place, date and time) Monday, Wednesday and Thursday, 8:00 A.M. - 4:00 P.M.;Tuesday, 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Technical questions may be directed to Ms. Terri Thornton, Health and Physical Education, Walpole High School at 508-660-7257 ext. 152. There is no charge for specifications.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Bid/Contract No. 2009-21 Walpole, Town of Purchasing Office ESTIMATED COST: $550,000 135 School St. Room 118 CONTRACTOR QUALIFICATION: Department of Walpole, MA 02081 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Type I Resurfacing at Various Locations. Contractor Category: MA Highway Certificate of Approval Form required. CONTACT INFORMATION PHONE 508-660-7292 FAX: 508-668-2240 Deborah McElhinney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 8:30 A.M. Office Hours: Monday, Wednesday and Thursday, 8:00 (place, date and time) A.M. - 4:00 P.M.; Tuesday, 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/7/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid Meeting: 4/30/09 at 10:00 A.M. in Room 112 at the above agency address. No charges for specifications. Technical Questions to Mr. Charles Quigley, PE, Assist Town Engineer. 508-660-6351.

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: Waltham, City of 610 Main St. ESTIMATED COST: $450,000 Waltham, MA 02452 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Chemistry Station Park 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 4/29/09 @ 1:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 4/22/09 at 10:30 A.M. For Technical info, call Ted Fields at 781-314-3373.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Wayland, Town of Highway Department ESTIMATED COST: $195,000 195 Main St. CONTRACTOR QUALIFICATION: Wayland, MA 01778 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous Concrete in Place (Base Course). CONTACT INFORMATION PHONE 508-653-4121 ext. 12 FAX: 508-653-4476 Stephen Kadlik, Highway Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/21/09, 8:00 A.M. - 3:30 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 $10 refundable deposit is required for contract documents in the form of a certified check, payable to the Town of Wayland. Contract Qualification: Mass Highway Department.

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: Wayland, Town of Highway Department ESTIMATED COST: $250,000 195 Main St. CONTRACTOR QUALIFICATION: Wayland, MA 01778 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Bituminous Concrete in Place (Top Course). CONTACT INFORMATION PHONE 508-653-4121 ext. 12 FAX: 508-653-4476 Stephen Kadlik, Highway Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/21/09, 8:00 A.M. - 3:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/14/09 @ 11 a.m. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION A $10 refundable deposit is required for contract documents in the form of a certified check, payable to the Town of Wayland. Contract Qualification: Mass Highway Department.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Wayland, Town of Highway Department ESTIMATED COST: $150,000 195 Main St. CONTRACTOR QUALIFICATION: Wayland, MA 01778 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roadway Stabilization. CONTACT INFORMATION PHONE 508-653-4121 ext. 12 FAX: 508-653-4476 Stephen Kadlik, Highway Director EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/21/09, 8:00 A.M. - 3:30 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 $10 refundable deposit is required for contract documents in the form of a certified check, payable to the Town of Wayland. Contract Qualification: Mass Highway Department.

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: 09C-410-1355 Wellesley, Town of Department of Public Works ESTIMATED COST: $2,400,000 455 Worcester St. CONTRACTOR QUALIFICATION: Department of Wellesley, MA 02481 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Weston Rd. Reconstruction: Reconstruction of Weston Rd., from Route 9 to Linden St. Total length is 4800 feet. Work includes drainage, granite curbing, reclamation, cold planing and paving. CONTACT INFORMATION PHONE 781-235-7600 FAX: 781-237-0047 William Millett EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 12:00 P.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

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 09E-80-108 Wellesley, Town of Municipal Light Plant ESTIMATED COST: 455 Worcester St. CONTRACTOR QUALIFICATION: Wellesley, MA 02481 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Single Phase Pole Mounted Transformers. 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 4/29/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION All bids must be enclosed in a sealed envelope plainly marked: "Single Phase Pole Mounted Transformers Specification # 09E-80-108 Wellesley Municipal Light Plant OPENING DATE April 23rd, 2009 @ 1:00 PM" No envelope may contain more than one bid. Bids may be delivered to the above agency address until the deadline, at which place and date bids will be publicly opened and read. The Wellesley Municipal Light Plant reserves the right to accept or reject any or all proposals, to waive and informalities in bidding, to award to one or more bidders as to 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.

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: Wilbraham, Town of 240 Springfield St. ESTIMATED COST: $100,000.00 Wilbraham, MA 01095 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Highway Materials Bid and Crack Sealing, 2009. CONTACT INFORMATION PHONE 413-596-2800 ext. 208 FAX: 413-596-9256 Tonya L Basch, P. E. EMAIL: PLANS/SPECIFICATIONS AVAILABLE 4/13/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/4/09 @ 4:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bid opening: 5/4/09 at 7:00 P.M. in the Selectmen's Meeting Room.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Wilbraham, Town of Engineering Department ESTIMATED COST: $550,000.00 240 Springfield St. CONTRACTOR QUALIFICATION: Department of Wilbraham, MA 01095 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Road Resurfacing and Related Work, 2009. CONTACT INFORMATION PHONE 413-596-2800 ext. 208 FAX: 413-596-9256 Tonya L Basch, P. E. EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/4/09 @ 4:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bid opening 5/4/09 at 7:00 P.M. in the Selectmen's Meeting Room.

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: Winchester, Town of Office of the Town Engineer ESTIMATED COST: $180,000.00 71 Mt. Vernon St. CONTRACTOR QUALIFICATION: Winchester, MA 01890 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Demolition and installation of new pedestrian traffic light. Associated site work related to repairing sidewalk and adjacent landscape area. CONTACT INFORMATION PHONE 781-721-7120 FAX: 781-721-7166 Margaret T. White EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/22/09. Office Hours: 8:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M. (place, date and time) Please call 781-721-7120 for drawing availability. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION $25 plan deposit required, payable to Town of Winchester. A FedEx account number is required with the deposit check to have plans sent out.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Winchester, Town of Office of the Town Manager ESTIMATED COST: $870,000.00 71 Mt. Vernon St. CONTRACTOR QUALIFICATION: DCAM Certificate Winchester, MA 01890 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fire Alarm Replacement at the Winchester High School and Lynch Elementary School. Door replacement and card access system installation at the Lynch Elementary School. CONTACT INFORMATION PHONE 781-721-7120 FAX: 781-721-7166 Margaret T. White EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. 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 GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/23/09 at 10:00 A.M. at the Main Office at Winchester High School, 80 Skillings Rd. $25 plan deposit required, payable to Town of Winchester. A FedEx account number must be mailed with the deposit check for plans to be mailed.

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: Woburn, City of Office of the Purchasing Agent ESTIMATED COST: $110,000 10 Common St. CONTRACTOR QUALIFICATION: Woburn, MA 01801 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Rag Rock Mountain Excavation including removal and disposal of contaminated soils. Earthwork, removal and disposal of approximately 300 cubic yards of contaminated soil from base of water storage tank. All work to be completed within 15 days after award. CONTACT INFORMATION PHONE 781-897-5950 FAX: 781-897-5954 William McGowan EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 3:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Deposit of $100 for each set, $50 non-refundable mailing fee for each set in the form of separate checks, payable to the City of Woburn.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 4991-J9 Worcester, City of Purchasing Division ESTIMATED COST: $730,000 455 Main St. Room 404 CONTRACTOR QUALIFICATION: DCAM Certificate Worcester, MA 01608 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roof Replacements at Various Schools. CONTACT INFORMATION PHONE FAX: John Orrell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or online at www.ci.worcester.ma.us/pur (place, date and time) and go to link "open bids". CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION $50 non-refundable fee if mailing is requested.

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: CR-4992-J9 Worcester, City of Purchasing Division ESTIMATED COST: $50,000/Year 455 Main St. Room 404 CONTRACTOR QUALIFICATION: Worcester, MA 01608 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Asphalt Paving (As-Needed Services) for the Worcester Public Schools. CONTACT INFORMATION PHONE FAX: John Orrell 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 4/29/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 5002-J9 Worcester, City of Purchasing Division ESTIMATED COST: $900,000 455 Main St. Room 404 CONTRACTOR QUALIFICATION: Department of Worcester, MA 01608 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Resurfacing of Various Streets (M09-3) for the Department of Public Works and Parks. CONTACT INFORMATION PHONE FAX: John Orrell 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 "Open Bids" link. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This bid is subject to Chapter 90 funding and requires pre-qualification in accordance with 720 CMR 5.00. Interested bidders must present a "Certificate of Approval Form" from the Massachusetts Highway Department prior to receiving specifications from the Purchasing Division. Contact the Massachusetts Highway Department for further information regarding pre-qualification. There is a $50 non-refundable fee if mailing is requested.

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: 5003-J9 Worcester, City of Purchasing Division ESTIMATED COST: $1,100,000 455 Main St. Room 404 CONTRACTOR QUALIFICATION: Department of Worcester, MA 01608 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Resurfacing of Various Streets (M09-4) for the Department of Public Works and Parks. CONTACT INFORMATION PHONE FAX: John Orrell 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 "Open Bids" link. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/1/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This bid is subject to Chapter 90 funding and requires pre-qualification in accordance with 720 CMR 5.00. Interested bidders must present a "Certificate of Approval Form" from the Massachusetts Highway Department prior to receiving specifications from the Purchasing Division. Contact the Massachusetts Highway Department for further information regarding pre-qualification. There is a $50 non-refundable fee if mailing is requested.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 5001-J9 Worcester, City of Purchasing Division ESTIMATED COST: $900,000 455 Main St. Room 404 CONTRACTOR QUALIFICATION: Department of Worcester, MA 01608 Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Resurfacing of Various Streets (M09-2) for the Department of Public Works and Parks. CONTACT INFORMATION PHONE FAX: John Orrell EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 10:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This bid is subject to Chapter 90 funding and requires pre-qualification in accordance with 720 CMR 5.00. Interested bidders must present a "Certificate of Approval Form" from Massachusetts Highway Department prior to receiving specifications from the Purchasing Division. Contact the Massachusetts Highway Department for further information regarding pre-qualification.

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: IFB 009.2009 Berkshire County Sheriff's Department ESTIMATED COST: $350,000 467 Cheshire Rd. CONTRACTOR QUALIFICATION: DCAM Certificate Pittsfield, MA 01201 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Roof Replacement (5). CONTACT INFORMATION PHONE 413-443-5942 ext. 3007 FAX: 413-443-0618 Linda Cook-Gravel EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 11:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Bidder's Conference/Site visit: 4/22/09 at 11:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: WSC0201 DC1 Capital Asset Management, Division of ***SUB-BIDS ONLY*** 1 Ashburton Place Room 1610 **RE-ADVERTISED** ESTIMATED COST: $324,000 Boston, MA 02108 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Request for Qualifications for Trade Contractors at risk for the Ely Library/Campus Center Accessibility Upgrsdes at Westfield State College in Westfield. Contractor Category: Terrazzo. CONTACT INFORMATION PHONE 617-727-4003 FAX: 617-727-5514 DCAM Bid Room EMAIL: PLANS/SPECIFICATIONS AVAILABLE DCAM Bid Room at the above agency address or online at www.comm-pass.com, 3/18/09, 8:30 A.M. - (place, date and time) 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 12:00 P.M. GENERAL BID DEADLIN (date and time) (date and time) SUB BID CATEGORIE Terazzo ($324,000) ADDITIONAL INFORMATION Interested firms must submit a Qualifications Statement by the deadline and be pre-qualified if they are interested in later bidding on this project. This RFQ is the first part of a two-part selection process for Trade Sub-Contractors. First, interested firms must submit the Qualifications Statement and then, at a later date, only the pre-qualified firms will be invited to bid on this category. The required Qualification Statement is different from DCAM Certification. All firms must be qualified for this project, even if they are already DCAM certified. The Designer is Caolo, Bieniek Associates, Inc., 521 East St., Chicopee, MA 01020, Attn: Mr. Curtis Edgin. The CM is D.A. Sullivan & Sons, Inc.

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: TRC0602 #DC1 Capital Asset Management, Division of (DCAM) 1 Ashburton Place 16th Floor Room 1610 ***SUB-BIDS ONLY*** ESTIMATED COST: $5,005,900.00 Boston, MA 02108 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Request for Qualifications for Trade Contractors at Risk for the following trade: Masonry for the new Taunton Trial Court in Taunton. The project delivery method is CM at Risk. Daniel O'Connell's Sons is the CM. The overall project includes the construction of a new Trial Court in Taunton. CONTACT INFORMATION PHONE 617-727-4003 FAX: 617-727-5514 DCAM Bid Room EMAIL: PLANS/SPECIFICATIONS AVAILABLE DCAM Bid Room at the above agency address or online at www.comm-pass.com, 4/15/09, 8:30 A.M. - (place, date and time) 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLIN 5/1/09 @ 12:00 P.M. GENERAL BID DEADLIN (date and time) (date and time) SUB BID CATEGORIE Masonry ($5,005,900.00) ADDITIONAL INFORMATION This is a Re-advertisement for the Sub Trade: Masonry. Interested firms must submit a Qualifications Statement by the deadline and be pre-qualified if they are interested in later bidding on this project. DCAM Certification applies for this project. This RFQ is the first part of a two-part selection process for Trade Sub-Contractors. First, Interested firms must submit the Qualifications Statement and then, at a later date, only the pre-qualified firms will be invited to submit bids for the category of work in which they were pre-qualified.All firms must be pre-qualified by using this process. The Designer is Leers Weinzapfel Associates Architects.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: UMD0904 #DC1 Capital Asset Management, Division of (DCAM) 1 Ashburton Place Room 1610 ESTIMATED COST: $30,000,000.00 Boston, MA 02108 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Request for Qualifications for Construction Management Services for the Carney Library, Umass Dartmouth. The project involves selective demolition and underpinning of foundations and columns, construction of steel infill framing and concrete decks for new student spaces and renovation of existing building to include architectural, mechanical, plumbing, electrical and accessibility improvements. CONTACT INFORMATION PHONE 617-727-4003 FAX: 617-727-5514 DCAM Bid Room EMAIL: PLANS/SPECIFICATIONS AVAILABLE Bid Room at the above agency address, 4/15/09, 8:30 A.M. - 4:00 P.M. or the RFQ may (place, date and time) be downloaded www.comm-pass.com. 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 Firms interested in providing Construction Manager at Risk Services (CM) or (CM at Risk) for the Carney Library at UMass Dartmouth project are invited to submit a Statement of Qualifications (SOQ) to the Division of Capital Asset Management (DCAM). This Request for Qualifications (RFQ) is the first phase of a two-phase procurement process as set forth in MGL 149A. DCAM is pre-qualifying firms interested in providing public CM at Risk services for the project through this RFQ process.

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: COMM-2009-W-08 Centerville-Osterville-Marstons Mills Water Department P.O. Box 369 ESTIMATED COST: $400,000 1138 Main St. CONTRACTOR QUALIFICATION: Osterville, MA 02655 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Installation of Water Service Connections and General Water Installations/Maintenance for FY'10. CONTACT INFORMATION PHONE 508-428-6694 FAX: 508-428-3508 Craig A. Crocker EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 4:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: P09-2573-C1A Conservation and Recreation, Department of (DCR) 251 Causeway St. 6th Floor ESTIMATED COST: $90,000.00 Boston, MA 02114 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Laurel Lake Dam and Bridge Deck Repair at Erving State Forest in Warwick. CONTACT INFORMATION PHONE 617-626-1428 FAX: 617-626-1449 Dan Mortell, Project Mgr./JohnnieMae Cabral for Specs EMAIL: [email protected] 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 4/29/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/20/09 at 10:00 A.M. at Laurel Lake Rd. (State Road), Warwick. All General Contractors must be DCR Prequailfied in Category: 9-Other-Dam Construction. Cost for bid documents is $100.00 (refundable).

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: P09-2577-C1A Conservation and Recreation, Department of (DCR) 251 Causeway St. 6th Floor ESTIMATED COST: $1,675,000.00 Boston, MA 02114 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Fencing, Guardrail and Traffic Impact Attenuators, statewide. CONTACT INFORMATION PHONE 617-626-4923/617-626-1428 FAX: 617-626-1449 Mark MacLean, Project Mgr./JohnnieMae Cabral for Specs EMAIL: [email protected] 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 4/29/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/22/09 at 11:00 A.M. in the Atrium at the above agency address. Cost for plan documents is $200.00 (refundable). All General Contractors must be DCR Pre-qualified in Category: 9-other-Fencing and Guardrail.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: P07-2449-C2A Conservation and Recreation, Department of (DCR) 251 Causeway St. Suite 600 ESTIMATED COST: $478,000.00 Boston, MA 02114 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Mount Greylock Parkway Wetland Mitigation Project, Greylock Glen, Adams. The project consists of excavation of accumulated sediments from within a former pond, installation of wetland plantings, stone-faced reinforced concrete retaining walls, stone walls, removal and replacement of an existing 60-inch diameter metal culvert, headwall reconstruction, rip rap installation, landscaping and other incidental work. CONTACT INFORMATION PHONE 617-626-1360 FAX: 617-626-1349 Mr. Stephen D. Brown EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 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 Pre-bidding conference: 4/29/09 at 11:00 A.M. at Greylock Glen, Gould Rd., Adams. For pre-bidding conference details/directions or technical questions relative to the plans and specifications for the subject project, please contact Mr. Stephen D. Brown at 617-626-1360. For those wishing to obtain plans and specifications, please contact Mr. Max Santana at 617-626-1391. A refundable plans and specs deposit of $100.00 is required, made payable to "MA DCR". Experience in pond dredging and water control, stone masonry, concrete forms expertise, as determined by the Department of Conservation and Recreation is required.

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: Convention Center Authority, Massachusetts Administrative Offices ESTIMATED COST: $55,000 Boston Convention and Exhibition Center CONTRACTOR QUALIFICATION: 415 Summer St. Boston, MA 02210 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: MassMutual Center Operations Office Renovations. CONTACT INFORMATION PHONE 617-954-2177 FAX: 617-954-2299 Theresa Ruane EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.massconvention.com, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 12:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid conference/site visit: 4/23/09 at 11:00 A.M. at the MassMutual Center, 1277 Main St., Springfield.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: DRM 2009-04 Correction, Department of 50 Maple St. ESTIMATED COST: $150,000 Milford, MA 01757 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Renovations at the Old Max Building at MCI Framingham to include door and cell renovations. CONTACT INFORMATION PHONE 508-541-5301 FAX: 508-541-5305 John D. Rose, III EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE 21 Needham St., Norfolk, MA 02056, 4/13/09 after successfully submitting the necessary Disclosure (place, date and time) Statements. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/1/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This solicitation contains security-sensitive information. Qualified prospective bidders must sign a confidentiality agreement. It is the responsibility of every bidder to check www.comm-pass.com for any addenda or modifications to a solicitation for which they intend to bid. The Commonwealth of Massachusetts and its subdivisions accept no liability and will provide no accommodation to vendors who submit a bid based upon an out of date solicitation document. Potential bidders are advised to check the "last change" field on the summary page of solicitations they intend to bid upon to ensure that they have the most recent solicitation files.

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: 09-020 Development Finance Agency, Massachusetts 33 Andrews Parkway ESTIMATED COST: $2,800,000 Devens, MA 01434 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: MassDevelopment is soliciting sealed general bids and sealed sub-bids for the construction of a two-story residential building with 11 to 13 housing units and related common spaces at Devens. The building and site have been designed to meet criteria outlined in the LEED for Homes Program rating system. CONTACT INFORMATION PHONE 978-784-2945 FAX: 978-772-8830 Edmund Starzec EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/6/09 @ 11:00 A.M. GENERAL BID DEADLIN 5/20/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE Heating, Ventilating and Air-Conditioning; Lathing and Plastering; Roofing and Flashing; Resilient Floors; Painting; Plumbing; Electrical, including direct electrical for heating. ADDITIONAL INFORMATION Pre-bid conference: 4/21/09 at 11:00 A.M. at the above agency address. All bids must be sealed and submitted in writing to Devens Transitional Housing Project, Contract 09-020, Attn. Edmund Starzec, Project Manager at the above agency address. A $100 deposit is required for contract documents in the form of a check. Additional sets available for $100. Mailing fee of $35 per set by separate check is required if requested.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Dighton-Rehoboth Regional School District Superintendent's Office ESTIMATED COST: $25,000 2700 Regional Rd. CONTRACTOR QUALIFICATION: North Dighton, MA 02764 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnish labor on an hourly basis for electrical maintenance at school buildings located in the Dighton-Rehoboth Regional School District for the period of 9/1/09 - 6/30/10. CONTACT INFORMATION PHONE 508-252-5000 FAX: 508-252-5024 Richard L. Reino EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/13/09 at 8:00 A.M. (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 All interpretations and questions regarding the specifications must be in writing addressed to Richard L. Reino, School Business Administrator at the above agency address no later than 5/8/09 at 12:00 P.M.

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: Dighton-Rehoboth Regional School District Superintendent's Office ESTIMATED COST: $25,000 2700 Regional Rd. CONTRACTOR QUALIFICATION: North Dighton, MA 02764 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Furnish labor and material on an hourly basis for miscellaneous plumbing services at the school buildings located in the Dighton-Rehoboth Regional School District. CONTACT INFORMATION PHONE 508-252-5000 FAX: 508-252-5024 Richard L. Reino EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 8:00 A.M. (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 All interpretations and questions regarding the specifications must be in writing addressed to Richard L. Reino, School Business Administrator at the above agency address no later than 5/8/09 at 12:00 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: C906 Fitchburg State College Capital Planning and Maintenance ESTIMATED COST: $483,000 160 Pearl St. CONTRACTOR QUALIFICATION: DCAM Certificate Fitchburg, MA 01420 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Anthony Roof Replacement (Bid # F62-09) 19,700 square foot flat roof, one-story, rip to deck, new TPO, etc. CONTACT INFORMATION PHONE 978-665-3423 FAX: 978-665-3682 Nancy FitzGerald EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, 4/15/09 during regular business hours. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Conference: 4/21/09 at 1:30 P.M. in the Dupont Building Conference Room at Fitchburg State College. Fitchburg State College reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. The first set of Bid Documents per bidholder picked up at Nashoba Blue are free. Additional sets per bidholder are $20 per set. Bid Documents will be mailed on request for a fee of $20.00 per mailed set. Prevailing Wage Rates apply.

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: FSC10-01 Framingham State College Facilities Office ESTIMATED COST: $350,000 100 State St. CONTRACTOR QUALIFICATION: DCAM Certificate Framingham, MA 01701 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Whittemore Library, Phase 1 Renovations: Interior renovations to circulation desk area and reading room. CONTACT INFORMATION PHONE 617-354-3561 FAX: 617-354-1487 Preston Richardson EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09 at 1:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/7/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Electrical, HVAC ADDITIONAL INFORMATION Site walk-through: 4/21/09 at 2:30 P.M. inside the front door of the library.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 604020 Highway Department, Massachusetts ***BID OPENING POSTPONED*** 10 Park Plaza ***CORRECTED*** ESTIMATED COST: $2,389,000 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Hardwick - Ware: Gilbertville Bridge Rehabilitation (Timber/Steel Bridge No. H-08-012=W-05-002) on Bridge St. over the Ware River. Contractor Category: Bridge Construction. CONTACT INFORMATION PHONE 617-973-7695 FAX: Cashier's Office EMAIL: PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/22/09 @ 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.

72 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: 602468 Highway Department, Massachusetts ***BID OPENING POSTPONED*** 10 Park Plaza ***COST REVISED*** ESTIMATED COST: $3,256,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Florida: Roadway Reconstruction and Related Work on a Section of River Rd. Contractor Category: Highway Construction. CONTACT INFORMATION PHONE 617-973-7695 FAX: Cashier's Office EMAIL: PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/27/09 @ 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: 602338 Highway Department, Massachusetts ***BID OPENING POSTPONED*** 10 Park Plaza ESTIMATED COST: $1,042,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: East Longmeadow: Construction of the East Longmeadow Bike Path. Contractor Category: Highway Construction. CONTACT INFORMATION PHONE 617-973-7695 FAX: Cashier's Office EMAIL: PLANS/SPECIFICATIONS AVAILABLE (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 For more information check the Internet at www.comm-pass.com.

73 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: 604327 Highway Department, Massachusetts ***BID OPENING POSTPONED*** 10 Park Plaza ESTIMATED COST: $3,930,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Newton: Resurfacing and Related Work on a Section of Route 9/Boylston St. Contractor Category: Highway Construction. CONTACT INFORMATION PHONE 617-973-9576 FAX: 617-973-8397 Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/12/09 @ 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: 602059 Highway Department, Massachusetts ***BID OPENING POSTPONED*** 10 Park Plaza ESTIMATED COST: $3,390,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Egremont: Concrete Bridge Replacement (Bridge No. E-08-005) on Route 41/Under Mountain Rd. over Karner Brook. Contractor Category: Bridge Construction. CONTACT INFORMATION PHONE 617-973-9576 FAX: 617-973-8397 Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/27/09 @ 2:00 P.M.*** (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Official Plans/Specs: $50. Info. Plans/Specs: $50. For more information check the Internet at www.comm- pass.com.

74 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: 604530 Highway Department, Massachusetts ***BID OPENING POSTPONED*** 10 Park Plaza ESTIMATED COST: $3,531,000 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Milford: Construction of the Upper Charles Bike Trail, Phase 2. Contractor Category: Highway Construction. CONTACT INFORMATION PHONE 617-973-7695 FAX: Cashier's Office EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 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: 605397 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $336,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Northampton: District 2 Administration Building Electrical Upgrades to the Data Center. Contractor Category: Electrical. 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 5/19/09 @ 2:00 P.M. GENERAL BID DEADLIN 6/2/09 @ 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. The Bidding for and award of the contract are to be in accordance with the requirements of MGL Ch. 149 as amended.

75 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: 605203 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $197,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: District 1: Facilities Maintenance and Repairs at Various Locations. Contractor Category: General Building 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 5/27/09 @ 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. The Bidding for and award of the contract are to be in accordance with the requirements of MGL Ch. 149 as amended.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 605540 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $4,008,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Belchertown - Ware: Resurfacing and Related Work on Three Sections of Route 9 and Route 32/Belchertown-Ware Roads (ARRA Project). Contractor Category: Highway 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 5/12/09 @ 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. The Bidding for and award of the contracts are to be in accordance with the requirements of MGL Ch. 30 § 39M.

76 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: 604674 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $4,597,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Nantucket: Resurfacing and Related Work on Milestone Rd. (ARRA Project). Contractor Category: Surfacing. 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 5/12/09 @ 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. The Bidding for and award of the contracts are to be in accordance with the requirements of MGL Ch. 30 § 39M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 605541 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $3,529,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Westfield - Southampton - Easthampton - Northampton - Greenfield: Resurfacing and Related Work on Three Sections of Route 5 and Route 10 (ARRA Project). Contractor Category: Surfacing. 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 5/12/09 @ 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. The Bidding for and award of the contracts are to be in accordance with the requirements of MGL Ch. 30 § 39M.

77 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: 604586 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $12,549,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Haverhill to Salisbury: Resurfacing and Related Work on a Section of Interstate I-495. Contractor Category: Surfacing. 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 5/19/09 @ 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. The Bidding for and award of the contracts are to be in accordance with the requirements of MGL Ch. 30 § 39M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 605646 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $544,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: District 5: Borings, Geotechnical Testing and Related Work at Various Locations. Contractor Category: Drilling and Boring. 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 5/27/09 @ 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. The Bidding for and award of the contracts are to be in accordance with the requirements of MGL Ch. 30 § 39M.

78 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: 605220 Highway Department, Massachusetts 10 Park Plaza ESTIMATED COST: $797,000.00 Boston, MA 02116-3973 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: District 5: Tree Removal and Trimming in Areas A, B and C at Various Locations. Contractor Category: Landscape and Roadside Development. 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 5/27/09 @ 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. The Bidding for and award of the contracts are to be in accordance with the requirements of MGL Ch. 30 § 39M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: #09-050 Martha's Vineyard Regional High School P.O. Box 1385 ESTIMATED COST: $25,000 100 Edgartown Rd. CONTRACTOR QUALIFICATION: Oak Bluffs, MA 02557 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Plumbing services for annual plumbing maintenance and repairs. CONTACT INFORMATION PHONE 508-693-2007 ext. 12 FAX: 508-693-3190 Amelia C. Tierney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Superintendent's Offices, 4 Pine St., Vineyard Haven, MA 02568, 4/10/09 - 4/30/09, 8:30 A.M. - 4:00 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

79 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: #09-040 Martha's Vineyard Regional High School P.O. Box 1385 ESTIMATED COST: $25,000 100 Edgartown Rd. CONTRACTOR QUALIFICATION: Oak Bluffs, MA 02557 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: HVAC services for HVAC annual maintenance and repairs. CONTACT INFORMATION PHONE 508-693-2007 ext. 12 FAX: 508-693-3190 Amelia C. Tierney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Superintendent's Offices, 4 Pine St., Vineyard Haven, MA 02568, 4/10/09 - 4/30/09, 8:30 A.M. - 4:00 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: #09-030 Martha's Vineyard Regional High School P.O. Box 1385 ESTIMATED COST: $25,000 100 Edgartown Rd. CONTRACTOR QUALIFICATION: Oak Bluffs, MA 02557 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Electrical services for annual electric maintenance and repairs. CONTACT INFORMATION PHONE 508-693-2007 ext. 12 FAX: 508-693-3190 Amelia C. Tierney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Superintendent's Offices, 4 Pine St., Vineyard Haven, MA 02568, 4/10/09 - 4/30/09, 8:30 A.M. - 4:00 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

80 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: #09-060 Martha's Vineyard Regional High School P.O. Box 1385 ESTIMATED COST: $50,000 100 Edgartown Rd. CONTRACTOR QUALIFICATION: Oak Bluffs, MA 02557 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Exterior painting of trim, facia boards, eaves and exterior steel doors and frames in specified areas. CONTACT INFORMATION PHONE 508-693-2007 ext. 12 FAX: 508-693-3190 Amelia C. Tierney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Superintendent's Offices, 4 Pine St., Vineyard Haven, MA 02568. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Quot for Epoxy Floors FY09 Masconomet Regional School District 20 Endicott Rd. ESTIMATED COST: Topsfield, MA 01983 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Quote for Replacement and Repair of sections of existing Epoxy floors in High School. CONTACT INFORMATION PHONE 978-887-2323 ext. 6100 FAX: 978-887-3573 Mary K. Murphy Guerrera EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/2/09 at 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 4:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Site visit: 4/21/09 at 3:00 P.M. in the Office of the Director of Operations at the above agency address.

81 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: 09-021 MassDevelopment 33 Andrews Parkway ESTIMATED COST: $1,100,000.00 Devens, MA 01434 CONTRACTOR QUALIFICATION: Department of Highway (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Moser St. Subdivision project including construction and/or installation of new roadways, water mains, storm drainage, sanitary sewers, utilities, sidewalks, curbing, pavement markings, loaming and seeding, located in Northampton. CONTACT INFORMATION PHONE 978-784-2917/978-784-2963 FAX: 978-772-8815 Barbara Kimball/Alan Delaney EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-bid meeting: 4/22/09 at 10:00 A.M. at the MassDevelopment office, 1 Prince St., Northampton. $50 refundable deposit is required for bid documents, $25 mailing fee in the form of a company check or money order.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Roof Replacement Over Tunnel Mental Health, Department of Office of Facilities Management ESTIMATED COST: $60,000 25 Staniford St. Room 3078 CONTRACTOR QUALIFICATION: Boston, MA 02114 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Remove and legally dispose of gravel from the roof and install new lumber at roof edge, install poly ISO insulation, EPDM, etc., reflash and replace drain hardware. CONTACT INFORMATION PHONE 617-626-8054 FAX: 617-626-8046 Kris Mishra, Project Engineer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 - 5/5/09, 8:00 A.M. - 4:00 P.M. and 5/6/09, 8:00 A.M. - 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 4/29/09 at 10:00 A.M. at the Plant at Taunton State Hospital, 60 Hodges Ave. Extension, Taunton. MBE/WBE Contractorsn are encouraged to inquire about this project. Questions regarding scope of work may be directed to Kris Mishra, Project Engineer at 617-626-8054.

82 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: FY10-1 Pathfinder Regional Vocational Technical High School District ***CANCELLED*** 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: Addition of pre-engineered structure, plumbing and site work. Approximate size is 50' x 60', single story. CONTACT INFORMATION PHONE 413-283-9701 ext. 238 FAX: 413-284-0032 Gregory J. Falcone EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/8/09, 9:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/29/09 @ 1:00 P.M. GENERAL BID DEADLIN 5/12/09 @ 1:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Plumbing as included in the specifications in the Bid package. ADDITIONAL INFORMATION Pre-bid conference/walk-through: 4/16/09 @ 2:30 P.M. A $50.00 deposit is required for the design prints. Certification of Eligibility for Pre-fabricated Structure is required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: H190-C2 Port Authority, Massachusetts Capital Programs Department ESTIMATED COST: $100,000.00 One Harborside Drive Suite 209S CONTRACTOR QUALIFICATION: DCAM Certificate East Boston, MA 02128 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Exterior Painting Repairs at the Civil Air Terminal at Hanscom Field in Bedford. CONTACT INFORMATION PHONE 617-568-5950 FAX: 617-568-5998 Anthony Saunders EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/8/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 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 that the Authority may issue and a printed copy of the Proposal form. For the complete Notice, log on to www.massport.com.

83 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: HP0902-C1 Port Authority, Massachusetts Capital Programs Department ESTIMATED COST: $250,000.00 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: Airfield Pavement Repairs, Term at the L.G. Hanscom Field. CONTACT INFORMATION PHONE 617-568-3560 FAX: 617-568-5998 Joseph Gaidis EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 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 that the Authority may issue and a printed copy of the Proposal form. For the complete Notice, log on to www.massport.com.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: L582-C1 Port Authority, Massachusetts Capital Programs Department ESTIMATED COST: $13,500,000.00 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: Rehabilitation of Runway 9-27 at Logan International Airport in East Boston. CONTACT INFORMATION PHONE 617-568-5971 FAX: 617-568-5998 Robert Pelland EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/6/09 @ 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 that the Authority may issue and a printed copy of the Proposal form. For the complete Notice, log on to www.massport.com.

84 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: THCP7002 Public Health, Department of Tewksbury Hospital ESTIMATED COST: $25,000 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: Interior Painting at the Sheehan Building. CONTACT INFORMATION PHONE 978-851-7321 ext. 2118 FAX: Peter Schur EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Walk-Through: 4/21/09 at 11:00 A.M. in 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 including a mailing address and FedEx account number. There is no charge for plans/specs.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: TH5073 Public Health, Department of Tewksbury Hospital ESTIMATED COST: $50,000 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: Boiler Room Upgrades. CONTACT INFORMATION PHONE 978-851-7321 ext. 2025 FAX: Kenneth Blauvelt, Administrative Engineer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Walk-Through: 4/22/09 at 10:00 A.M. at the Boiler Room at the above agency address. Plans/Specs will not be mailed, faxed or emailed. Tewksbury Hospital will arrange to have FedEx pick-up these plans/specs at your expense by emailing a request to [email protected] and including a mailing address and FedEx account number. There is no charge for these documents.

85 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: TH5072 Public Health, Department of Tewksbury Hospital ESTIMATED COST: $40,000 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: Roof repairs for various buildings on Campus. CONTACT INFORMATION PHONE 978-851-7321 ext. 2118 FAX: Peter Schur, Director of Grounds & Campus Programs EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Walk-Through: 4/22/09 at 10:00 A.M. at the Code Compliance Office 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 these plans/specs at your expense by emailing a request to [email protected] and including a mailing address and FedEx account number. There is no charge for these documents.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 1714 Quinsigamond Community College Office of Facilities ESTIMATED COST: $55,000 670 West Boylston St. CONTRACTOR QUALIFICATION: Worcester, MA 01606 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Interior Alterations for Simulated Patient Laboratories in Administration Building 309A-311A. Start Date is 5/11/09. Date of Substantial Completion is 8/14/09. CONTACT INFORMATION PHONE 508-854-4515 FAX: 508-854-4501 Donald Hall, director of facilities EMAIL: PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 after 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

86 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: MCLA-0521-07 State College Building Authority, Massachusetts 136 Lincoln St. ESTIMATED COST: $600,000 Boston, MA 02111 CONTRACTOR QUALIFICATION: DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Replacements of existing roof, soffits and repair of existing fascias at Flagg Townhouses Complex, Phase I on the MCLA campus in North Adams. CONTACT INFORMATION PHONE 617-542-1081 ext. 29 FAX: 617-542-2303 Amanda Forde EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Bid Docs Online, P.O. Box 51, Groton, MA 01450, 978-888-3350, Fax 978-449-0469, (place, date and time) www.biddocsonline.com, 4/15/09. CONTRACT INFORMATION: SUB BID DEADLIN 4/30/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/7/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Roofing, Painting ADDITIONAL INFORMATION Walk-through: 4/22/09 at 10:30 A.M. at Flagg Townhouse 92. Questions must be sent in writing to the Architect, Tim Murphy Architects, 380 High St., Holyoke, MA, 413-532-7464, Fax 413-532-1788. Questions Close for Subs is 4/23/09 at 5:00 P.M. Questions Close for GCs is 4/30/09 at 5:00 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: SQM # 9-27 State Quartermaster, Office of the Military Division ESTIMATED COST: $20,000.00 Joint Force Headquarters CONTRACTOR QUALIFICATION: DCAM Certificate 50 Maple St. Milford, MA 01757 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Install Snow guards on the roof of the steel storage building at the FMS, 50 Skyline Drive, Worcester. CONTACT INFORMATION PHONE 508-233-6593 FAX: 508-233-7357 Paul R. Cacchiotti EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/16/09 after 7:00 A,M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/5/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 4/29/09 at 10:00 A.M. at 50 Skyline Drive, Worcester. Security clearance required by 4/27/09 at 3:00 P.M. For specifics contact Richard Narel at 508-233-6577. Bid package will be mailed at no cost and no deposit is required. Bid package may be picked up after receipt of a Letter of Intent.

87 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: UMAPP09-150 University of Massachusetts - Amherst Physical Plant Division ESTIMATED COST: $200,000.00 360 Campus Center Way CONTRACTOR QUALIFICATION: DCAM Certificate Amherst, MA 01003-9248 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Install low pressure pegging steam line to DA storage tanks and install sky blow steam valve and line at Central Heating Plant. CONTACT INFORMATION PHONE 413-545-1095 FAX: 413-545-1643 Peter Royer EMAIL: PLANS/SPECIFICATIONS AVAILABLE Procurement Department, Goodell Building, 140 Hicks Way Room 407, Amherst, MA 01003, 4/15/09. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/30/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Mandatory pre-bid meeting: 4/21/09 at 1:00 P.M. in the Central Heating Plant Conference Room.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: CB09-MK-0021 University of Massachusetts - Boston Procurement Department ESTIMATED COST: $15,000 Quinn Administration Building CONTRACTOR QUALIFICATION: 100 Morrissey Boulevard 3rd Floor Room 98 Boston, MA 02125 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: The scope of this project is to make necessary upgrades to the current electrical panels and exhaust system. Electrical/HVAC work. Work to be completed by 5/10/09. CONTACT INFORMATION PHONE 617-287-5190 FAX: 617-287-5145 Martha Kelly EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This is an emergency procurement. The award will be made immediately following the bid opening.

88 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: LL09-PV-0033 University of Massachusetts - Lowell 883 Broadway St. ESTIMATED COST: $75,000 Lowell, MA 01854 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Repairs as needed on welding of low, medium and high pressure pipes and related equipment located throughout the University of Massachusetts. CONTACT INFORMATION PHONE 978-934-3500 FAX: 978-934-5070 Patricia Vaillancourt EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE By email request to [email protected], 4/15/2009, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 11:00 A.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: Wachusett Regional School District 1745 Main St. ESTIMATED COST: Jefferson, MA 01522 CONTRACTOR QUALIFICATION:

(required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Oil Burner Cleaning and Service for schools within the Wachusett Regional School District. CONTACT INFORMATION PHONE 508-829-1670 FAX: (508)829-1680 Peter V. Brennan, Business Manager EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/12/09 @ 1:30 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION

89 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: 6975 Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard ESTIMATED COST: $52,700,000 100 First Ave. Building 39 CONTRACTOR QUALIFICATION: Boston, MA 02129 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Hultman Aqueduct Connections. CONTACT INFORMATION PHONE 617-242-6000 FAX: 617-788-4896 Joseph Araujo EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/15/09. Contact MWRA's Document Distribution Office at 617-788-2575 to (place, date and time) obtain bid documents. CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 5/12/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Site visit: 4/22/09 at 9:00 A.M. at 55 Oak St., Weston. Bidders must contact Joseph Araujo at 617-305-5446 by 4/21/09 at 12:00 P.M. for access instructions. This contract is subject to a 5.30% MBE and 4.40% WBE participation requirement.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: 04-09-A Woods Hole Steamship Authority P.O. Box 284 ESTIMATED COST: $750,000.00 1 Railroad Ave. CONTRACTOR QUALIFICATION: DCAM Certificate Woods Hole, MA 02543 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Oak Bluffs Terminal Reconstruction Project. Demolish existing building and construct a new building. CONTACT INFORMATION PHONE 508-548-5011 ext. 515 FAX: 508-457-5865 Peggy Nickerson, Procurement Officer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Plans available 4/14/09 by contacting the Procurement Officer. It is not suggested to just show up. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 5/12/09 @ 2:00 P.M. GENERAL BID DEADLIN 5/28/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Electrical, Plumbing, Roofing & Flashing, Tile, Lathing & Plastering, Fire Protection, HVAC and Glass & Glazing ADDITIONAL INFORMATION Pre-Bid Meeting: 5/4/09 at 9:30 A.M. at the Woods Hole Terminal. Refundable deposit payment of $100.00 for each set of plans and a separate $25.00 mailing fee if mailed, both in the form of checks, payable to the Steamship Authority.

90 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: 04-09B Woods Hole, Martha's Vineyard and Nantucket Steamship Authority Procurement Office ESTIMATED COST: $3,850,000.00 P.O. Box 284 CONTRACTOR QUALIFICATION: 1 Railroad Ave. Woods Hole, MA 02543 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Oak Bluffs Terminal DOCK Reconstruction involves demolition of existing passenger walkway, sidewalks and vehicle staging area. Construction of new walkway with gazebo and deck as well as dredging of approximately 700 cubic yards of material and rip rap replacement. Work to Start Mid- October 2009. CONTACT INFORMATION PHONE 508-548-5011 ext. 515 FAX: 508-457-5865 Peggy Nickerson, Procurement Officer EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/24/09. Please call ahead. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 6/5/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION Pre-Bid Meeting: 5/12/09. A $25.00 non-refundable mailing fee and a $100.00 refundable plans deposit are required in the form of two separate checks, payable to the Steamship Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY: PROJECT NUMBER: RFR 09-01(Re-Bid) Worcester State College Administrative Village Room 124 ***RE-BID*** ESTIMATED COST: $15,000/annually 486 Chandler St. CONTRACTOR QUALIFICATION: Worcester, MA 01602 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: Provide yearly pavement markings in parking lots and roadways campus-wide. CONTACT INFORMATION PHONE 508-929-8462 FAX: 508-929-8167 Nicole LeBlanc EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 4/14/09. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE ADDITIONAL INFORMATION This is considered a prevailing wage job.

91 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: DWSRF3052 Woburn, City of ***CORRECTED*** Office of the Purchasing Agent ESTIMATED COST: $10 Million 10 Common Street CONTRACTOR QUALIFICATION: DCAM Certificate Woburn, MA 01801 (required for building contracts over $100,000 and highway contracts over $50,000) PROJECT: RFQ for Horn Pond Water Treatment Plant Upgrade Phase I Statements of Qualifications for Filed Sub-Bidders as per MGL Ch. 149 S. 44D3/4. CONTACT INFORMATION PHONE 781-897-5950 FAX: 781-897-5954 William McGowan EMAIL: [email protected] PLANS/SPECIFICATIONS AVAILABLE Above agency address, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLIN 4/29/09 @ 2:00 P.M. GENERAL BID DEADLIN 4/29/09 @ 2:00 P.M. (date and time) (date and time) SUB BID CATEGORIE Masonry,Miscellaneous Metals,Roofing&Flashing,Glazing,Field Painting,Plumbing,HVAC,Electrical ADDITIONAL INFORMATION Pre-qualifying FSB trades for project: Estimates Masonry 443000, Miscellaneous Metals 54000, Roofing and Flashing 133000, Glazing 33000, Field Painting 89000, Plumbing 137000, HVAC 242000, Electrical 972000.

92 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Adams Bid #09-015 Adams, Town of PROJECT: Jones Block and Armory Block Facade Rehabilitation Project. 8 Park St. Adams, MA 01220 CONTACT PHONE 413-743-8317 FAX: 413-743-8309 Donna E. Cesan, AICP EMAIL: [email protected]

Pro Glass David Tierney, Inc. Collins Electric Northeast Painting Associates 480 Housatonic St. 169 Gale Ave. 446 Hubbard Ave. 881 North King St. Lenoxdale, MA 01242 Pittsfield, MA 01201 Pittsfield, MA 01201 Northampton, MA 01060

Ralph's Blacksmith Shop Gable Electric Northern Window & Door Champlain Masonry 36 Smith St. 5 Westview Rd. 139 Silvio O. Conte Drive 8 Frederico Drive Northampton, MA 01060 Pittsfield, MA 01201 Greenfield, MA 01302 Pittsfield, MA 01201

C.C.I. C.S.I. Allegrone Construction Saldo Construction 30 Harris St. 453 South Main St. 273 Newell St. 77 Fourth St. Putnam, CT 06260 Attleboro, MA 02703 Pittsfield, MA 01201 Pittsfield, MA 01201

Elm Electrical Lizotte Glass Cantarella & Son, Inc. Saldo Electric 68 Union St. 390 Race St. 1591 East St. 90 Howland Ave. Westfield, MA 01085 Holyoke, MA 01040 Pittsfield, MA 01201 Adams, MA 01220

R.C.I. Roofing Kapiloff Glass Berger Painting North Shore Steel Co. 51-6 Holyoke St. 47 New Ashford Rd. 90 Sargeant St. 16 Oakville St. Easthampton, MA 01027 Williamstown, MA 01267 Holyoke, MA 01040 Lynn, MA 01905

R. & R. Window South Shore Welding Five Star Building Corp. C.W. Construction One Arthur St. 121 Crooked Lane 17 East St. 46 Howland Ave. Easthampton, MA 01027 Lakeville, MA 02347 Easthampton, MA 01027 Adams, MA 01220

Chapman Waterproofing Co. Atlantis Equipment B.C.I., Inc. Chandler Architectural Products, 395 Columbia Rd. 16 Printworks Drive 20 Loudonville Rd. 255 Interstate Drive Boston, MA 02125 Adams, MA 01220 Albany, NY 12204 West Springfield, MA 01089

Sommer Electric Quinn Brothers of Essex, Inc. Capital Masonry Burke Construction 60 Printworks Drive 239 Western Ave. 277 South St. 6 Renfrew St. Adams, MA 01220 Essex, Ma 01929 Walpole, MA 02081 Adams, MA 01220

R.A. Wilson Electric Souliere & Zepka Kurtz, Inc. Herringtons 28 Yorkshire Ave. 5 Spring St. P.O. Box 1597 11 Farnam Rd. Pittsfield, MA 01201 Adams, MA 01220 121 Summit Lock Rd. Lakeville, CT 06039 Westfield, MA 01086

Reed Construction Data R.K. Miles Capeway Roofing Systems, Inc. 30 Technology Parkway South Sui 385 Cole Ave. 664 Sanford Rd. 500 Williamstown, MA 01267 Westport, MA 02790 Norcross, GA 30092

93 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 02-000-09-005 Barnstable, Town of PROJECT: Bearse's Way/Bassett Lane Roundabout. Department of Public Works 230 South St. Hyannis MA 02601 CONTACT PHONE 508-862-4091 FAX: 508-862-4711 Denise Geoffrion EMAIL: [email protected]

Lawrence Lynch Corp. I.W. Harding Construction Co., Inc C.C. Construction, Inc. P.A. Landers, Inc. P.O. Box 913 354 Pleasant St. P.O. Box 1493 P.O. Box 217 Falmouth, MA 02541 West Bridgewater, MA 02379 South Dennis, MA 02660 Hanover, MA 02339

Aqua Line Utility J.W. Dubis & Sons, Inc. U.E.L. Contractors, Inc. Systems Contracting, Inc. 268 Washington St. 79 Stony Hill Rd. 270 Airport Rd. 7 Scobee Circle East Bridgewater, MA 02333 Chatham, MA 02633 Fitchburg, MA 01420 Plymouth, MA 02360

Baker Fence Co., Inc. Reed Construction Data 155 Boston Rd. 30 Technology Parkway Suite 500 Southborough, MA 01772 Norcross, GA 30092

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 4968 Cambridge, City of PROJECT: Electrician's Garage Facade Repair Project. Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-349-4310 FAX: 617-349-4008 Cynthia Griffin EMAIL: [email protected]

Build Max, Inc. N.E.R. Construction Management, W.P.I. Construction, Inc. 52 Eagle Drive Inc. 4 Tanner Rd. Dudley, MA 01571 867 Woburn St. Webster, MA 01570 Wilmington, MA 01887

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 4943 Cambridge, City of PROJECT: Inergen Suppression System Records Room at Cambridge City Hall. Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-349-4310 FAX: 617-349-4008 Cynthia Griffin EMAIL: [email protected]

Fire Equipment, Inc. Hiller New England J.C. Cannistaro 88 Hicks Ave. 240 Ballardvale St. P.O. Box 413 Medford, MA 02155 Wilmington, MA 01887 80 Rosendale Rd. Watertown, MA 02471

94 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 4957 Cambridge, City of PROJECT: Front and Back Door Replacement Project at the Cambridge Senior Purchasing Department Center. 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-349-4310 FAX: 617-349-4008 Cynthia Griffin EMAIL: [email protected]

Atlas Contracting Services, Inc. New England School Services 12 Colonial Lane 98 Hicks Ave. Canton, MA 02021 Medford, MA 02155

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 4951 Cambridge, City of PROJECT: 2009 Cambridge Cemetery Staircase Restorations. Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT PHONE 617-349-4310 FAX: 617-349-4008 Cynthia Griffin EMAIL: [email protected]

Cali Corp, L.A.L. Masonry Co., Inc. 5 Victoria Circle 27 Ferncliff Ave. Natick, MA 01760 Saugus, MA 01906

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Charlemont, Town of PROJECT: Concrete Filter Box and Roof Repair. Sewer District P.O. Box 137 20 Factory Rd. Charlemont, MA 01339-0137 CONTACT PHONE 413-339-576 FAX: 413-339-5767 Dawn Peters, Superintendent EMAIL:

Weston & Sampson 5 Centennial Drive Peabody, MA 01960-7985

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]

Consigli Electric 72 Summer St. Milford, MA 01757

95 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Lynn, City of PROJECT: McGee House Brick Repair/Gutter Replacement. Housing Authority and Neighborhood Development 92 Curwin Circle Lynn, MA 01905 CONTACT PHONE FAX: Ron Dupuis EMAIL: [email protected]

Roger A. Tremblay Contractors, In Massey Construction Corp. Lambrian Construction Corp. 10 Colonial Rd. Suite #4 144 Stetson Ave. 384 Washington St. Salem, MA 01970 Swampscott, MA 01907 Westwood, MA 02090

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]

Costello Industries BitCon Corp. Benevento Asphalt Corp. P.O. Box 310444 P.O. Box 306 P.O. Box 695 Newington, CT 06131 75 High St. 900 Salem St. Topsfield, MA 01983 Wilmington, MA 01887

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 03-09 Lynn, City of PROJECT: Supply and Installation of an Integrated Security Management Purchasing Department System at the Breed Middle School and Pickering Middle School. 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT PHONE 781-586-6893 FAX: 781-477-7027 Charles E. White EMAIL: [email protected]

Touchcom Ultraground Protective Systems Team AVS JNS 101 Federal St. Suite 1900 18 North Maple St. 5 Alexander Rd. Boston, MA 02110 Woburn, MA 01801 Billerica, MA 01821

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: ED 2009-05 Marlborough, City of PROJECT: Reconstruction of Various Streets and Appurtenant Work. 140 Main St. Marlborough, MA 01752 CONTACT PHONE 508-624-6910 FAX: 508-624-7699 Tim Collins, Assistant Civil Engineer EMAIL: [email protected]

E.H. Perkins Baltazar Contractors J.H. Lynch Bevilacqua Paving P.O. Box 752 83 Carmelina's Circle P.O. Box 319 20 Trotter Drive Hudson, MA 01749 Ludlow, MA 01056 18 McCracken Rd. Medway, MA 02053 Millbury, MA 01527

A.F. Amorello & Sons, Inc. 115 Southwest Cutoff Worcester, MA 01613

96 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2009-1 Medway, Town of PROJECT: Industrial Park Road Water Main. Board of Selectmen 155 Village St. Medway, MA 02053 CONTACT PHONE 781-890-3980 FAX: 781-890-1491 Gregory J. Eldridge, P.E. EMAIL: [email protected]

S.B. General R.F.O., Inc. Commonwealth Construction & Cedrone, Inc. 14 Renmar Ave. 771 Rodman St. Unit D Utilities 231 Rangeway Rd. Walpole, MA 02081 Fall River, MA 02721 P.O. Box 692 North Billerica, MA 01862 Maynard,MA 01754

P.W. Brown, Inc. N. Cibotti, Inc. Oliveira Construction, Inc. G.R. Construction Corp. 24 Hopkinton Rd. 79 Roc Sam Park Rd. 1100 G.A.R. Highway 25 Aimee's Way Westborough, MA 01581 Braintree, MA 02184 Somerset, MA 02726 Fitchburg, MA 01420

A. Andreassi & Son, Inc. C.N. Corp. Water Works Supply Corp. 32 Robinwood Rd. 106 Richmond Rd. P.O. Box 710 Norwood, MA 02602 Assonet, MA 02702 Londonderry, NH 03053-0710

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: PM0109 Methuen, City of PROJECT: Methuen High School. c/o Knight, Bagge and Anderson, Inc. Charlestown Navy Yard 6 Thirteenth St. Charlestown, MA 02129 CONTACT PHONE 617-241-2807 FAX: 617-241-2857 Heather DeLorey EMAIL: [email protected]

Maryann Thompson Architects Office D.A. Faithful & Gould Viscom Systems, Inc. 14 Hillside Ave. 1920 Washington St. #2 55 Summer St. 3rd Floor 98 Galen St. Cambridge, MA 02140 Boston, MA 02118 Boston, MA 02110 Watertown, MA 02472

Places Site Consultants, Inc. B.S.C. Group Copley Wolff Design Group Kallmann McKinnell & Wood 694 Main St. Suite 3 15 Elkins St. 160 Boylston St. 3rd Floor Architects, Inc. Holden, MA 01520 Boston, MA 02127 Boston, MA 02116 181 Newbury St. Boston, MA 02116

John G. Crowe Associates, Inc. Sachs Morgan Studio 385 Concord Ave. 24 West 30th St. Suite 1400 Belmont, MA 02478 New York, NY 10001

97 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: North Andover, Town of PROJECT: Foxwood Water Booster Pump Station Improvements Project. Division of Public Works 384 Osgood St. North Andover, MA 01845 CONTACT PHONE 978-532-1900 FAX: 978-573-4110 Sally Smith EMAIL: [email protected]

North Atlantic Coastal Region Penta Corp. Todd Industries Electrical McGraw Hill Construction/Dodg Contractors P.O. Box 390 11 East Emerson St. 34 Crosby Drive Suite 201 453 Newburyport Turnpike 1253 Whittier Highway Melrose, MA 02176 Bedford, MA 01730 Rowley, MA 01969 Moultonboro, NH 03254

Water Works Supply Corp. LaFleur Electrical Co., Inc. Winston Builders Corp. Nuwater, Inc. 869 Eastern Ave. P.O. Box 77 P.O. Box 990 96 Pond St. Unit A Malden, MA 02148 6 Elm St. 55 Hopkinton Rd. Seekonk, MA 02771 Auburn, MA 01501 Westborough, MA 01581

Ansyris Group, LLC Dankris Builders Corp. Construction Dynamics, Inc. Pride Environmental & Construc 312 Concord Rd. 6 High St. 270 Airport Rd. Inc. Billerica, MA 01821 Plainville, MA 02762 Fitchburg, MA 01420 P.O. Box 547 East Taunton, MA 02718

Kinsmen Corp. Fall River Electrical Associates Co ProjectDog Lidco Electrical Contractors, Inc P.O. Box 16117 Inc. 18 Graf Rd. Unit 18 452 Main St. 35 Londonderry Turnpike P.O. Box 1248 Newburyport, MA 01950 Holden, MA 01520 Hooksett, NH 03106 74 Corneau St. Fall River, MA 02721

Ellis Engineering, Inc., Interstate Electrical Services Ostrow Electric Co. Methuen Construction Co., Inc. 47 Causeway St. 70 Treble Cove Rd. 9 Mason St. 40 Lowell Rd. Gloucester, MA 01930 North Billerica, MA 01862 Worcester, MA 01609 Salem, NH 03079

D. & C. Construction Co., Inc. Ian Technology Solutions, LLC Barbato Construction Co., Inc. D.M.H. Electric, Inc. P.O. Box 415 15 Indian Ridge Rd. P.O. Box 1259 29 Legate Hill Rd. 415 VFW Drive Atkinson, NH 03811 155 East Grove St. Sterling, MA 01564 Rockland, MA 02370 Middleboro, MA 02346

Reed Construction Data 30 Technology Parkway South Sui 100 Norcross, GA 30092

98 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: YH3909 Norwood, Town of PROJECT: Willow Wood Terrace Apartments Re-Roofing, Phase II. Housing Authority 40 William Shyne Circle Norwood, MA 02062 CONTACT PHONE 781-762-8115 FAX: 781-762-4942 William Plasko EMAIL: [email protected].

Vareika Construction Capeway Roofing Mike's Construction Co., Inc. Reed Construction Data 219 Walnut St. 664 Sanford Rd. 332 Mason St. Extension 30 Technology Parkway South S Bridgewater, MA 02379 Westport, MA 02790 Dudley, MA 01571 500 Norcross, GA 30092

Belcour Corp. D.D.C. Construction Mourad Co. W.P.I. Construction P.O. Box 813 245 Aquidneck St. 8 A St. 4 Tanner Rd. 99 Front St. New Bedford, MA 02744 Boston, MA 02136 Webster, MA 01570 Woonsocket, RI 02895

M.C. Contracting, Inc. J.J.S. Universal Construction C.D.K. Enterprises Inc. Kidd-Luukko Corp. 62 Constantine Drive 7 Whitcomb St. Apartment 3 75 Pumpkin Lane 340 Main St. Suite 910 Tyngsboro, MA 01879 Webster, MA 01570 Charlton, MA 01507 Worcester, MA 01608

J. D. & D. Construction R.G.T. Enterprise Roofing Greenwood Industries, Inc. A.D.P. Construction Co. 114 Upper Gore Rd. 50 Industrial Way P.O. Box 2800 555 Pleasant St. Suite 203 Webster, MA 01570 West Hanover, MA 02339 Worcester, MA 01613-2800 Attleboro, MA 02703

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2080663 Shelburne, Town of PROJECT: Main St. Reconstruction Project, Phase 2 and Conway St., South St. 51 Bridge St. and Summer St. Improvements Project. Shelburne Falls, MA 01370 CONTACT PHONE 860-513-1473 FAX: 860-513-1483 Daniel R. Lawrence, P.E. EMAIL: [email protected]

P.W. Brown, Inc. Gomes Construction 24 Hopkinton Rd. 136 Carmelina's Circle Westborough, MA 01581 Ludlow, MA 01056

99 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: S105408-R Stoneham, Town of PROJECT: Stoneham High School Roof Replacement, Phase III. Public Schools 149 Franklin St. Stoneham, MA 02180 CONTACT PHONE 617-241-2807 FAX: 617-241-2857 Heather DeLorey EMAIL: [email protected]

Gibson Roofs, Inc. CProjects.com McGraw-Hill Construction/Dodge Capeway Roofing Systems, Inc. 369 Winter St. 30 Controls Drive Suite 200 Reports 664 Sanford Rd. Hanover, MA 02339 Shelton, CT 06484 34 Crosby Drive Suite 201 Westport, MA 02790 Bedford, MA 01730

Custom Copper & Slate, Ltd. K.P.R., Inc. ProjectDog Eagle Rivet Roof Service Corp. P.O. Box 662 216 Ricciuti Drive 18 Graf Rd. Unit 8 1030 New Britain Ave. Rear Medfield, MA 02052 Quincy, MA 02169 Newburyport, MA 01950 West Hartford, CT 06110

Commercial Roofing & Contractin Silktown Roofing Stanley Roofing Co. Commonwealth Building System Inc. 134 Ferry St. 42 Mitchell Rd. LLC 340 Kennedy Drive South Grafton, MA 01560 Ipswich, MA 01938 17 Rockview Way Putnam, CT 06260 Rockland, MA 02370

Signature Roofing Systems, Inc. R. & H. Roofing, LLP Greenwood Industries, Inc. Multi-State Roofing, Inc. P.O. Box 335 59 South St. P.O. Box 2800 158 Franklin St. Norwell, MA 02061 Easthampton, MA 01027 Worcester, MA 01613 Winchendon, MA 01475

Judd Brothers Roofing, Inc. S.R.C. Roofing, Inc. 94 Hollis St. 166 Brook Rd. Lowell, MA 01852 Quincy, MA 02169-6526

100 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 the Board of Selectmen 81 Main St. Swansea, MA 02777 CONTACT PHONE 413-786-9600 FAX: 413-786-8699 John MacMillan EMAIL: [email protected]

Mill City Construction, Inc. Empire Masonry Corp. The Cheviot Corp. Acranom Masonry, Inc. 7 Old Great Rd. 231 Norfolk St. 1905 Matunuck School House Rd. 80 Industrial Park Access Rd. Lincoln, RI 02865 Walpole, MA 02081 Wakefield, RI 02879 Middlefield, CT 06455

The Philipp Manufacturing Co. J.K. Scanlan Co., Inc. Lydon Mechanical Services, Inc. Color Concepts, Inc. 19 Ward Ave. 15 Research Rd. 35 Oak Hill Way 271 Jenckes Hill Rd. Easthampton, MA 01027 East Falmouth, MA 02536 Brockton, MA 02301 Lincoln, RI 02865

Acoustek, Inc. inControl, Inc. Rustic Fire Protection, Inc. Seaver Construction, Inc. 20 Ventura Drive 22 Dewey Ave. Suite 4 P.O. Box 1210 57 Russell St. 2nd Floor North Dartmouth, MA 02747 Warwick, RI 02886 320 West Main St. Woburn, MA 01801 Norton, MA 02766

Aluminum & Glass Concepts, Inc. Central Ceilings, Inc. Greenwood Industries, Inc. Yankee Technology, Inc. P.O. Box 279 36 Norfolk Ave. P.O. Box 2800 280 Moody St. 210 Andover St. Unit 25 South Easton, MA 02375 Worcester, MA 01613 Ludlow, MA 01056 Wilmington, MA 01887

Ralco Electric, Inc. Lighthouse Masonry, Inc. D.D.S. Industries, Inc. Folan Waterproofing & Construc 101 State Rd. 150 John Vertente Boulevard P.O. Box 494 Co., Inc. Westport, MA 02790 New Bedford, MA 02745 Somerset, MA 02726 795 Washington St. South Easton, MA 02375

Carlysle Engineering, Inc. Systems Contracting, Inc. Worcester County Refrigeration, In Chandler Architectural Products, P.O. Box 300129 7 Scobee Circle P.O. Box 20219 418 High Plain St. Unit 18 132 Brookside Ave. Plymouth, MA 02360 50 Kingsbury St. Walpole, MA 02081 Boston, MA 02130 Worcester, MA 01602

David F. Egan & Co., Inc. P.C.M. Construction Co., Inc. Barr, Inc. Chapman Waterproofing Co. 19 Harris Ave. 81 Westford Rd. P.O. Box 390 395 Columbia Rd. Northborough, MA 01532 Ayer, MA 01432 508 Pomfret St. Boston, MA 02125 Putnam, CT 06260

Seekonk Heating Services, Inc. P.J. Spillane Co. U.S. Drywall, Inc. Pezzuco Construction, Inc. 911 Taunton Ave. 97 Tileston St. 18 Cove Rd. 28 Kenwood St. Suite 2 Seekonk, MA 02771 Everett, MA 02149 South Dartmouth, MA 027 Cranston, RI 02907

S. & F. Concrete Contractors, Inc. School Furnishings, Inc. L.D. Russo, Inc. R. & R. Window Contractors, Inc P.O. Box 427 13 Columbia Drive Unit 2 200 Ayer Rd. 1 Arthur St. 166 Central St. Amherst, NH 03031 Harvard, MA 01451 Easthampton, MA 01027 Hudson, MA 01749

National Refrigeration, Inc. Signet Integration Solutions Dartmouth Electrical Construction, Fernandes Masonry, Inc. 3600 West Shore Rd. 106 Longwater Drive Inc. 1031 Phillips Rd. Warwick, RI 02886 Norwell, MA 02061 P.O. Box 499 New Bedford, MA 02745 21 Fottler Rd. Hingham, MA 02043

Interstate Electrical Services Bonomo Tile Co., Inc. Maron Construction Co., Inc. Kenbar, Inc. 70 Treble Cove Rd. 215 Bridge St. P.O. Box 6726 4 Meadow Lane North Billerica, MA 01862 Dedham, MA 02026 Providence, RI 02940 North Grafton, MA 01536

101 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

J.J. Cardosi, Inc. M.F. Construction Corp. 28 Boston St. 350 Boyd’s Lane East Providence, RI 02914 Portsmouth, RI 02871

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 04047.18 Wellesley, Town of PROJECT: Wellesley High School Little Theatre Renovation to Classrooms. Permanent Building Committee 525 Wellesley St. Wellesley, MA 02482 CONTACT PHONE 617-547-5400 FAX: 617-354-5758 Joel G. Seeley, AIA, Symmes Maini & McKee Associates, EMAIL: [email protected] Inc.

Wayne J. Griffin Electrical Ostrow Electrical Delphi B. & R. Electrical Services 116 Hopping Brook Rd. 9 Mason St. 130 Overland Rd. 415 Centerbridge Rd. Holliston, MA 01746 Worcester, MA 01452 Waltham, MA 02454 Lancaster, MA 01523

T.F.I. J.F. Haydak Co. Unicon, Inc. Angelo Didio Building 87 Putnam St. 205 Research Drive Unit 3 100 Conifer Hill Drive 439 Winter St. Fitchburg, MA 01420 Milford, CT 06460 Danvers, MA 01923 North Andover, MA 01845

Galway Electric Thomas E. Snowden, Inc. Contractors Network Richard T. Losordo 329 Great Plain Ave. 189 Central St. 190 Taunton Ave. 244 Liberty St. Unit 8A Needham, MA 02492 Saugus, MA 01906 Seekonk, MA 02771 Brockton, MA 02301

Dartmouth Electric Levangie Electric ATC Mechanical Eastside Contractors, Inc. P.O. Box 499 978 Washington St. 86 Finnell Drive 370 American Legion Highway 21 Fottler Rd. Weymouth, MA 02189 Weymouth, MA 02188 Revere, MA 02151 Hingham, MA 02043

Systems Contracting, Inc. K.S.B.I. General Contractors/K. & J.W. McCarthy, Ltd. M.C.I. Contracting Inc. 7 Scobee Circle Builders, Inc. 67 Reservoir Park Drive 1296 Washington St. Plymouth, MA 02360 9 Ravine Rd. Rockland, MA 02370 Stoughton, MA 02072 Wayland, MA 01778

E.P.B., Inc. 54 Burnham St. Belmont, MA 02478

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 2009-003 Westford, Town of PROJECT: Woody debris removal related to the December 2008 Ice Storm. Highway Department 28 North St. Westford, MA 01886-1245 CONTACT PHONE 978-692-5520 FAX: 978-399-2726 Richard J. Barrett, Jr., Highway Superintendent EMAIL: [email protected]

G.R. Construction Corp. Allstate Paving Co. Tree & Landscaping Casella Waste Services 25 Aimee's Way P.O. Box 2062 25 Skylark Lane 53 Pelham Rd. Fitchburg, MA 01420 Westford, MA 01886 Lunenburg, MA 01462 Salem, NH 03079

M-R Wood Recycling P.O. Box 423 29 Scobie Pond Rd. Derry, NH 03038

102 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: DCR Project No. P09-2587-C1A Conservation and Recreation, Department of PROJECT: DCR Newton Square Sewer Replacement Project. Bureau of Engineering 251 Causeway St. 7th Floor Boston, MA 02114 CONTACT PHONE 978-532-1900 FAX: 978-573-4110 Sally Smith EMAIL: [email protected]

D’Allessandro Corp. J. D’Amico, Inc. P.O. Box 245 10 York Ave. 41 Ledin Drive Randolph, MA 02368 Avon, MA 02322

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 600944R2 Highway Department, Massachusetts PROJECT: Boston: Steel Bridge Superstructure Replacement (Bridge No. B-16- 10 Park Plaza 217) on American Legion Highway over Route 203/Morton St. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

James A. Gross, Inc. P. Gioioso & Sons, Inc. R. Zoppo Corp. B. & E. Construction Corp. 100 Laconia St. 50 Sprague St. 160 Old Maple St. 72 Island St. Lexington, MA 02420 Hyde Park, MA 02136 Stoughton, MA 02072 Stoughton, MA 02072 $5,041,098.40 $5,084,524.00 $5,131,414.00 $5,320,970.90

McCourt Construction Co., Inc. M.I.G. Corp., Inc. 160 K St. One Acton Place Suite 200 South Boston, MA 02127 Acton, MA 01720 $5,534,503.00 $5,757,868.50

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 603996 Highway Department, Massachusetts PROJECT: Chicopee: Roadway Reconstruction and Related Work on a Section 10 Park Plaza of Center St./Route 116. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

F. &. J., Inc. Ludlow Construction Co., Inc. Gagliarducci Construction, Inc. E. T. & L. Corp. 135 Carmelina’s Circle 19 Carmelina’s Circle 295 Pasco Rd. P.O. Box 295 Ludlow, MA 01056 Ludlow, MA 01056 Springfield, MA 01151 873 Great Rd. $4,654,927.00 $5,201,772.00 $5,783,432.50 Stow, MA 01775 $5,787,752.00

Baltazar Contractors, Inc. 83 Carmelina’s Circle Ludlow, MA 01056 $5,988,785.50

103 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605449 Highway Department, Massachusetts PROJECT: District 3: Tree Trimming and Removal 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]

Mayer Tree Service, Inc. Northern Tree Service, Inc. Jennifer M. Cook Co., Inc. P.O. Box 517 P.O. Box 504 252 Milford St. 9 Scot’s Way 1290 Park St. Upton, MA 01568 Essex, MA 01929 Palmer, MA 01069 $1,779,800.00 $1,379,065.00 $1,406,347.50

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 604972 Highway Department, Massachusetts PROJECT: District 4: Guard Rail Refurbishment 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]

DeLucca Fence Co., Inc. Five Old Ferry Rd. Methuen, MA 01844 $1,989,972.50

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 605195 Highway Department, Massachusetts PROJECT: District 5: Crash Cushion System (Sand Barrels) Refurbishment at 10 Park Plaza Various Locations and Related Items. Boston, MA 02116-3973 CONTACT PHONE 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected]

Visi-Flash Rentals Eastern, Inc. RoadSafe Traffic Systems, Inc. 30 Pleasant St. 55 Bodwell St. West Bridgewater, MA 02379 Avon, MA 02322-0357 $94,900.00 $111,750.00

104 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

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]

Independent Roofing Co., Inc. Eastern General Contractors, Inc. Shepard Steel Co., Inc. Debrino Caulking Associates, Inc P.O. Box 1446 52 Berkshire Ave. 110 Meadow St. 1304 Route 9 294 Union St. Springfield, MA 01106 Hartford, CT 0614 Castleton, NY 12033 Westfield, MA 01086

P. & P. General Contractors, Inc. Barr, Inc. Berkshire Carpet, Inc. G.N. Prunier & Sons, Inc. P.O. Box 518 P.O. Box 390 441 Curran Highway 85 Millbury St. Webster, MA 01570 353 Pomfret St. North Adams, MA 01247 Grafton, MA 01519 Putnam, CT 06260

R.C.I. Roofing, LLP Worcester County Refrigeration, In United States Elevator Mobile Welding Service P.O. Box 309 P.O. Box 20219 1275 Bloomfield Ave. #9 Unit #81 340 Cooley St. PMB 157 51B Holyoke St. 50 Kingsbury St. Fairfield, NJ 07004 Springfield, MA 01128 Easthampton, MA 01027 Worcester, MA 01610

Blanchard & Daly Electrical Yankee Technology, Inc. Sommer Electric, Inc. Beco Electric Contractors, Inc. 280 Moody St. 60 Printworks Drive 40 Stebbins Rd. 107 Middle Rd. Ludlow, MA 01056 Adams, MA 01220 Monson, MA 01057 Southampton, MA 01073

Bay State Elevator Co., Inc. David F. Egan & Co., Inc. Bay State Painting Co. Com-Tel-Alarm-Engineering P.O. Box 910 19 Harris Ave. 512 Miller St. 1514 Memorial Drive Agawam, MA 01001 Northborough, MA 01532 Ludlow, MA 01056 Chicopee, MA 01020

West Side Metal Door Corp. Royal Steam Heating Co. H.F.P. Fire Sprinkler, Inc. Capeway Roofing Systems, Inc. P.O. Box 556 P.O. Box 427 32 Char Drive P.O. Box 708 190 Moody St. 499 Main St. Westfield, MA 01085 664 Sanford Rd. Ludlow, MA 01056 Gardner, MA 01440 Westport, MA 02790

Climate Heating & Cooling, Inc. Forish Construction Co., Inc. J.D. Rivet & Co., Inc. Advantage Glass 146 Hubbard Ave. P.O. Box 358 P.O. Box 51068 60 Pinehurst Drive Pittsfield, MA 01201 21 Mainline Drive Indian Orchard, MA 01151 Boxford, MA 01921 Westfield, MA 01086

D.A. Sullivan & Sons, Inc. Kronenberger & Sons Restoration, Morris Roofing & Sheet Metal Statewide Mechanical Contractin 82-84 North St. 175 Industrial Park Rd. P.O. Box 90178 Inc. Northampton, MA 01060 Middletown, CT 06457 142 Hancock St. 43 Sheridan St. Springfield, MA 01139 Chicopee, MA 01020

Inglewood Development Corp. David R. Northup Electrical 123 Dwight Rd. Contractors, Inc. Longmeadow, MA 01106 P.O. Box 249 73 Bowles Rd. Agawam, MA 01001

105 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

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 G. Bouchard, P.E., Hoyle, Tanner & Associates, Inc. EMAIL: [email protected]

Robert B. Our Co., Inc. Reed Construction Data M.H.C./Joseph Merritt & Co., Inc. Crouse-Hinds Airport Lighting 24 Great Western Rd. 30 Technology Parkway South Sui 6 Summit Industrial Park Products Warwick, MA 02645 500 Peabody, MA 01960 1200 Kennedy Rd. Norcross, GA 30092 Windsor, CT 06095

Fruean Utilities Construction, Inc. Sparks Co., Inc. Bay State Piping Co., Inc. M.I.G. Corp. Kobo Utility Construction Corp. 451 Long Highway 467 Wareham St. 1 Acton Place 18 Fruean Way Little Compton RI 02837 Middleboro, MA 02346 Acton, MA 01720 South Yarmouth MA 02664

Lawrence Lynch Corp. Luma Curve, Standard Signs, Inc. Cullen Electrical Contractors, Inc. Feeney Corp. 396 Gifford St. 3190 East 65th St. 57 Rockwood Rd. Suite 4 426 Wareham St. Falmouth, MA 02541 Cleveland, OH 44127 Marshfield, MA 02050 Middleboro MA 02346

Siemens Airfield Solutions Hi-Lite Markings Northern Construction Service, LL Relco, Reilly Electrical Contracto 977 Gahanna Parkway 18249 Hi-Lite Drive 775 Pleasant St. Unit 11 Inc. Columbus, OH 43230 Adams Center, NY 13606 Weymouth, MA 02189 14 Norfolk Ave. Easton, MA 02375

O.C.E.M. Acquisition Corp. D.W. White Construction, Inc. M.B.O. Precast Moulison North Corp. D/B/A Multi Electric Manufacturin 867 Middle Rd. 4 Marion Drive 10 Iron Trail Rd. 4223 West Lake St. Acushnet, MA 02743 Carver, MA 02330 Biddeford, ME 04005 Chicago, IL 60624

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: MWC B090009 Mount Wachusett Community College PROJECT: Heating, Ventilating and Air Conditioning. 444 Green St. Gardner, MA 01440 CONTACT PHONE 978-630-9361 FAX: 978-630-9559 Jane T. Gustowski EMAIL: [email protected]

Technology International, Inc. 1349 South International Parkway Suite 2411 Lake Mary, FL 32746

106 CR-5 CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: 82179-217 Public Health, Department of PROJECT: Roof repairs. Lemuel Shattuck Hospital 170 Morton St. Jamaica Plain, MA 02130 CONTACT PHONE 617-971-3513 FAX: 617-971-3851 Barry Bergen EMAIL: [email protected]

Suburban Glass Reed Construction Data Flagship Roofing & Sheetmetal C.D.K. Enterprise, Inc. 2 Powdermill Rd. 30 Technology Parkway South Sui P.O. Box 715 75 Dumpkin Lane Maynard, MA 01754 500 East Freetown, MA 02717 Charlton, MA 01507 Norcross, GA 30092

Titan Roofing Greenwood Industries Pantera Corp. S.J.S. Univeral Co. 70 Orange St. 50 Howe Ave. 117 Heath St. 63 Airport Rd. Chicopee, MA 01013 Millbury, MA 01527 Somerville, MA 02143 Dudley, MA 01571

Delta Roofing Commercial Roofing & Contractin Capeway Roofing Systems Corolla Roofing 405 West St. Inc. 664 Sanford Rd. 15 Bates Ave. West Bridgewater, MA 02379 P.O. Box 647 Westport, MA 0279 Winthrop, MA 02152 Putnam, CT 06260

J. D. & D. Construction Signature Roofing 114 Upper Gore Rd. P.O. Box 335 Webster, MA 01570 Norwell, MA 02061

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: JP009-004 University of Massachusetts Medical School PROJECT: Replace existing Cooling Tower #1 with a similarly sized Baltimore 55 Lake Ave. North Aircoil Company cooling tower and install interconnecting piping Worcester, MA 01655 between Cooling Towers #1 and #2 to permit operation of either Chiller #1 or #2 with Cooling Tower #1 or #2. CONTACT PHONE 508-856-6738 FAX: 508-856-7880 Daniel Richie EMAIL: [email protected]

A.C.T. F.G.F. Construction Network Servi Cooling & Heating Specialists, Inc Gillis Sheet Metal 1340 Dreher Island Rd. 52A Shirking Rd. 151A California St. 35 Bodwell St. Chapin, SC 29036 Epping, NH 03042 Newton, MA 02458 Avon, MA 02322

Honeywell U.S. Air Conditioning C.A.M. HVAC & Construction, In Enterprise Equipment Co. 65 Shawmut Ave. Suite #4 36 Finnell Drive Suite #1 116 Lydia Ann Rd. 276 Libbey Parkway Canton, MA 02021 Weymouth, MA 02188 Smithfield, RI 02917 Weymouth, MA 02189

J.F. White Contracting Co. N. & T. Mechanical Contractors, In Johnson Controls, Inc. Process Engineers & Constructor 10 Burr St. 425 Sewall St. 2 Starline Way Unit #8 Inc. Framingham, MA 01701 Boylston, MA 01505 Cranston, RI 02921 165 Mill St. Cranston, RI 02905

N.B. Kenney Co., Inc. Beacon Piping Co., Inc. Davison Co., Inc. 68 Barnum Rd. 45 Industrial Drive 90 Clarendon Ave. Devens, MA 01434 Canton, MA 02021 Somerville, MA 02144

107 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Andover, Town of PROJECT NUMBER: Bid No. 014/02-09/310 36 Bartlet St. Andover, MA 01810 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 978-623-8216 FAX: 978-623-8240 Elaine M. Shola, Purchasing Agent EMAIL: [email protected] DESCRIPTION: Installation of Water Meters and Radios.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Easton Winwater Works Co., Inc. $750,510.01 1125R Pearl St. Brockton, MA 02301

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: East Longmeadow, Town of PROJECT NUMBER: Department of Public Works 60 Center Square East Longmeadow, MA 01028 PROJECT TYPE: Designer Services

CONTACT INFORMATION: PHONE: 413-525-5400 ext.142 FAX: 413-525-5413 Bruce Fenney EMAIL: [email protected] DESCRIPTION: 2009 School Facility Improvements Projects.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Tighe & Bond $49,556.00 53 Southampton Rd. Westfield, MA 01085

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Hingham, Town of PROJECT NUMBER: SBC 08-03 School Building Committee 220 Central St. Hingham, MA 02043 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 781-741-1500 FAX: 781-749-7457 David Killory EMAIL: [email protected] DESCRIPTION: Scope of Work includes parking and site accessible route upgrades including subgrade, striping and markings, curb cuts, concrete bituminous walkways, ramps, metal handrails, painting and signage.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Mass Pavement Reclamation, Inc. $ 273,200 1356 Hanover St. Hanover, MA 02339

Sub Contract Award:

108 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Lexington, Town of PROJECT NUMBER: #09-72 1625 Massachusetts Ave. Lexington, MA 02420 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 781-862-0500 ext. 221 FAX: 781-861-2794 James M. Mclaughlin, MCPPO EMAIL: [email protected] DESCRIPTION: Town of Lexington Lincoln Field Gas Management System: Install soil vapor management system at the location of a former landfill at Lincoln Field.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Grove Construction, Inc. $372,760.00 97 Mechanic St. Bellingham, MA 02019

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Marlborough, City of PROJECT NUMBER: Contract No., 2009-04 140 Main St. Marlborough, MA 01752 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 508-624-6910 FAX: 508-624-7699 Dick Baldelli, Asst. City Engineer EMAIL: [email protected] DESCRIPTION: Maple St./Route 85 Water Main Replacement.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Oliveira Construction, Inc. $259,024.94 1100 G.A.R. Highway Somerset, MA 02726

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Newton, City of PROJECT NUMBER: 09-58 1000 Commonwealth Ave. Newton, MA 02459 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-796-1220 FAX: 617-796-1227 Re Cappoli EMAIL: [email protected] DESCRIPTION: Annual Mobile Crushing.

CONTRACT AWARDED TO: CONTRACT AMOUNT: McLaughlin Brothers $23,300.00 1 Beacon St. #17 Boston, MA 02108

Sub Contract Award:

109 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: North Adams, City of PROJECT NUMBER: NA-2009-002 Office of Community Development 10 Main St. North Adams, MA 01247 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 413-662-3025 FAX: 413-662-3149 Michael F. Nuvallie, Hsg. & Projects Coordinator EMAIL: [email protected] DESCRIPTION: B'2008 Roads project: Roadway improvements to A St., B St., C St., D St. and E St. This project is being funded through the City's FY'08 CDBG/Mini-Entitlement Program funding through the State Department of Housing and Community Development.

CONTRACT AWARDED TO: CONTRACT AMOUNT: The Lane Construction Corp. $265,900.00 90 Fieldstone Court Cheshire, CT 06410

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Weymouth, Town of PROJECT NUMBER: Department of Public Works Water Division 120 Winter St. PROJECT TYPE: General Contract Weymouth, MA 02188 CONTACT INFORMATION: PHONE: 781-337-5100 FAX: 781-337-6940 Michael Chiasson EMAIL: [email protected] DESCRIPTION: Reed Ave. water tank painting and rehabilitation.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Amstar of Western New York, Inc. $484,400 825 Rein Rd. Cheektowaga, NY 14225

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 600944R2 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Boston: Steel Bridge Superstructure Replacement (Bridge No. B-16-217) on American Legion Highway over Route 203/Morton St.

CONTRACT AWARDED TO: CONTRACT AMOUNT: James A. Gross, Inc. $5,041,098.40 100 Laconia St. Lexington, MA 02420

Sub Contract Award:

110 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 603996 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] DESCRIPTION: Chicopee: Roadway Reconstruction and Related Work on a Section of Center St./Route 116.

CONTRACT AWARDED TO: CONTRACT AMOUNT: F. & J., Inc. $4,654,927.00 135 Carmelina’s Circle Ludlow, MA 01056

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605449 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] DESCRIPTION: District 3: Tree Trimming and Removal at Various Locations

CONTRACT AWARDED TO: CONTRACT AMOUNT: Mayer Tree Service, Inc. $1,379,065.00 P.O. Box 517 9 Scot’s Way Essex, MA 01929

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 604972 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] DESCRIPTION: District 4: Guard Rail Refurbishment at Various Locations.

CONTRACT AWARDED TO: CONTRACT AMOUNT: DeLucca Fence Co., Inc. $1,989,972.50 Five Old Ferry Rd. Methuen, MA 01844

Sub Contract Award:

111 CR-4 CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Highway Department, Massachusetts PROJECT NUMBER: 605195 10 Park Plaza Boston, MA 02116-3973 PROJECT TYPE: General Contract

CONTACT INFORMATION: PHONE: 617-973-7695 FAX: 617-973-8307 Cashier's Office EMAIL: [email protected] DESCRIPTION: District 5: Crash Cushion System (Sand Barrels) Refurbishment at Various Locations and Related Items.

CONTRACT AWARDED TO: CONTRACT AMOUNT: Visi-Flash Rentals Eastern, Inc. $94,900.00 30 Pleasant St. West Bridgewater, MA 02379

Sub Contract Award:

112 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: 09-RE1 Attleboro, City of ***BID DEADLINE EXTENDED*** Redevelopment Authority PROPOSAL DEADLINE DATE AND TIME: 8 North Main St. Suite 204 Attleboro, MA 02703 4/28/09 3:00 P.M.

CONTACT INFORMATION: PHONE 508-222-4012 FAX 508-226-3632 Michael Milanoski, Executive Director Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The Attleboro Redevelopment Authority (ARA)is requesting proposals for sale and development of four undeveloped General Residence B lots of approximately 12,500 square feet with frontage on the southerly side of Hillcrest Drive being a portion of Assessor’s Map 85 Lot 153E and further shown as lots A, B, C, and D on site plan dated February 5, 2009. Under zoning, GR-B allows for Two Family Dwellings (Duplex Lots) by right. All lots appear to meet zoning ordinance setback requirements for two family dwellings. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION The RFP is available 3/2/09 at 12:00 P.M. at the above agency address, where staff will be available to assist.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Attleboro, City of 77 Park St. PROPOSAL DEADLINE DATE AND TIME: Attleboro, MA 02703

CONTACT INFORMATION: PHONE 508-223-2222 ext. 3145 FAX 508-222-3046 Lee Fuller, Conservation Agent Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The City of Attleboro will be purchasing a conservation restriction of approximately 116 acres of land in the City of Attleboro that will be used for purposes of public open space and conservation. This property is unique to the Commonwealth because of its conservation and recreational values and because of its significant natural resources. ESTIMATED VALUE, SOURCE OF VALUATION: Proposed Purchase Price is $760,000. ADDITIONAL INFORMATION Parties with a Beneficial Interest: Shrine of Our Lady of LaSalette. Current Owner is the Shrine of Our Lady of LaSalette.

113 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: Boston, City of Department of Neighborhood Development DND) PROPOSAL DEADLINE DATE AND TIME: Bid Counter 26 Court St. 10th Floor 5/18/09 4:00 P.M. Boston, MA 02108

CONTACT INFORMATION: PHONE 617-635-0297 FAX Bernard Mayo, Project Manager Email: TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: 51 Magazine St. (Ward 8, Parcel #00536), approximately 3,424 square feet of vacant land in the Roxbury district of the City of Boston. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION The City of Boston acting by and through its Public Facilities Commission by the Director of the DND, Real Estate Management and Sales Division, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property. Residential, commercial and institutional buildings and land are included in this program. This Request for Proposals (RFP) is to solicit proposals to redevelop the property. The RFP package is available 4/13/09 at the above agency address, Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Egremont, Town of Board of Selectmen PROPOSAL DEADLINE DATE AND TIME: P.O. Box 368 South Egremont MA 01258 5/15/09 1:00 P.M.

CONTACT INFORMATION: PHONE 413-528-0182 ext. 10 FAX 413-528-5465 Mary Brazie, Office Administrator Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The Town of Egremont requests proposals for the purposes of leasing, maintaining and operating wireless telecommunications facilities including tower and associated equipment on town-owned land located at 171 Egremont Plain Rd. ESTIMATED VALUE, SOURCE OF VALUATION:

ADDITIONAL INFORMATION Coy of RFP available upon request.

114 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: Route 6A Affordable Housing Orleans, Town of Town Administrator's Office PROPOSAL DEADLINE DATE AND TIME: 19 School Rd. Orleans, MA 02653 5/15/09 3:00 P.M.

CONTACT INFORMATION: PHONE 508-240-3700 ext. 415 FAX 508-240-3703 Liana Surdut Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: The Town of Orleans is seeking proposals for the development of 1.65 acres of vacant land at 257 Route 6A, Orleans. The Town intends to convey the property for the development of four affordable homeownership units, two two-bedroom and twp three-bedroom units. The purpose of this RFP is to select a developer who will permit, develop and market these units. ESTIMATED VALUE, SOURCE OF VALUATION: $186,000. ADDITIONAL INFORMATION Pre-bid conference: 4/28/09 at 10:00 A.M. in the Tonset Room at the above agency address. The successful bidder must provide a Performance and Labor and Materials bonds or other form of surety that is acceptable to the Town at the time of execution of the contract. Performance and Labor and Materials bonds or surety must be in the amount equal to the Contract. The contract award is contingent upon Town Meeting approval and will be made on or before 6/15/09.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: Bannish Agricultural Resources, Department of 251 Causeway St. Suite 500 PROPOSAL DEADLINE DATE AND TIME: Boston, MA 02114-2151

CONTACT INFORMATION: PHONE 413-545-0179 FAX 413-548-1901 Barbara Hopson Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Purchase of an Agricultural Preservation Restriction on approximately 67 acres of unique farmland located on South Longyard Rd. in Southwick, Hampden County. Unique Characteristics of Property include Prime agricultural soils used to grow tobacco and vegetables in area of historical agricultural use. ESTIMATED VALUE, SOURCE OF VALUATION: Appraisal: $250,000. ADDITIONAL INFORMATION Beneficial Interests: Michael Bannish and/or Frank E. Bannish and/or Mary J. Bannish and/or Town of Southwick.

115 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: Ingham Agricultural Resources, Department of 251 Causeway St. Suite 500 PROPOSAL DEADLINE DATE AND TIME: Boston, MA 02114-2151

CONTACT INFORMATION: PHONE 413-545-0179 FAX 413-548-1901 Barbara Hopson Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: Purchase of an Agricultural Preservation Restriction on approximately 162 acres of unique farmland located on Pleasant St. in Granby, Hampshire County. Unique Characteristics of Property include Prime agricultural soils used to grow forage crops in area of historical agricultural use. ESTIMATED VALUE, SOURCE OF VALUATION: Appraisal: $480,000. ADDITIONAL INFORMATION Beneficial Interests: Myron L. Ingham and/or Jeannette A. Ingham and/or Town of Granby and/or The Kestrel Trust.

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: S-000220 Conservation and Recreation, Department of (DCR) 251 Causeway St. Suite 600 PROPOSAL DEADLINE DATE AND TIME: Boston, MA 02114

CONTACT INFORMATION: PHONE 617-626-4994 FAX 617-626-1301 Thomas LaRosa, Deputy General Counsel Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: A unique parcel of approximately 100 acres of real estate located in the Town of Douglas, off of High St. and bordering on the Webster town line to the west and the Douglas State Forest to the east. This property is unique to the Commonwealth because of its location, conservation and recreational values and because of its relationship to other lands currently held by the Department. ESTIMATED VALUE, SOURCE OF VALUATION: DCR FMV, agreed sale price: $255,000. ADDITIONAL INFORMATION Owners and Beneficial Owners: Benjamin H. Colonero, Jr.; Paul Colonero; Christopher J. Colonero; Gerald Colonero.

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

AWARDING AUTHORITY: AGENCY: PROJECT NUMBER: S-000210 Conservation and Recreation, Department of (DCR) 251 Causeway St. Suite 600 PROPOSAL DEADLINE DATE AND TIME: Boston, MA 02114

CONTACT INFORMATION: PHONE 617-626-4994 FAX 617-626-1301 Thomas LaRosa, Deputy General Counsel Email: [email protected] TRANSACTION TERMS: ACQUISITION:PURCHASE LEASE DISPOSITION: SALE LEASE DESCRIPTION OF PROPERTY: A unique parcel of approximately 95 acres of real estate located on the west side of Cascade St., and mostly bordering the south side of Pittsfield State Forest in the City of Pittsfield. ESTIMATED VALUE, SOURCE OF VALUATION: DCR FMV, agreed sale price: $610,000. ADDITIONAL INFORMATION Owners and Beneficial Interest Holders: William Scace; V, John F. Scace; Anne L. Scace; Lorna Robitaille; Stephen Scace; Charles F. Scace; the Estate of William Scace, IV.

117

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 12, 2009 LEASED SPACE SOUGHT FOR STATE AGENCIES

The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is 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)

4/22/09 200869000.2 Middlesex Sheriff’s Office and 8,900 Cambridge, Everett, Malden, Medford, 2:00 PM Office Community Melrose or Somerville Corrections Center

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

05/13/092 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

Page 2

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

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.

~ 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 --r-, ~"''-"'....\. THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 Attorney General ww.ago.state.ma.us April 6, 2009

Wiliam Francis Galvin Secretary of the Commonwealth Central Register One Ashburton Place, Room 2A Boston, MA 02108

Re: T. Barcro Enterprises and Timothy J. Cronin

Dear Secretary Galvin:

Please be advised that T. Barcro Enterprises and Timothy J. Cronin, its owner, both . of 82 Cedar Street, Weymouth, MA 02188, have been debarred from engaging, directly or

indirectly in the construction of public works, within the meaning of the Prevailing Wage Law (G.L. c. 149, §§26 - 27H, inclusive), anywhere in the Commonwealth, including but not limited to contracting, for a period of one year, as provided for by M.G.L. c.149, §27C, beginning October 17, 2008, through October 16, 2009. T. Barcro Enterprices and Timothy J. Cronin violated M.G.L. c. 149, § 27C, by failing to comply with a civil citation.

This debarment shall apply to T. Barcro Enterprises as well as to any predecessor, successor, parent, subsidiary, partner and/or affliate ofT. Barcro Enterprises.

l- Very truly yours, , - /l 4/"4/L01 w- Miranda S. Jones Assistant Attorney General Fair Labor Division cc: Suzanne M. Bump, Secretary Laura Marlin, Commissioner Department of Labor & Workforce Division of Occupational Safety

General Counsel Natasha Bizanos, Certifications Office Massachusetts Highway Department Division of Capital Planning & Operations

Paul Buckley, Commissioner George Noel, Director Department of Industrial Accidents Massachusetts Department of Labor ~""..--t~ THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 Attorney General ww.ago.state.ma.us April 6 2009

Wiliam Francis Galvin Secretary of the Commonwealth Central Register One Ashburton Place, Room 2A Boston, MA 02 i 08

Re: Emery Construction and Brett S. Emery

Dear Secretary Galvin:

Please be advised that Emery Construction and Brett S. Emery, its owner, both of 19 Kelly Road, Salem, MA 01970, have been debarred from engaging, directly or indirectly

in the construction of public works, within the meaning of the Prevailing Wage Law (G.L. c. 149, §§26 - 27H, inclusive), anywhere in the Commonwealth, including but not limited to contracting, for a period of one year, as provided for by M.G.L. c.149, §27C, beginning December i 7,2008, through December 16,2009. Emery Construction and Brett S. Emery violated M.G.L. c. 149, § 27C, by failing to comply with a civil citation.

This debarment shall apply to Emery Construction as well as to any predecessor,

successor, parent, subsidiary, partner and/or affiiate of Emery Construction.

very, trulYY,ours, c- ~ ~/L~~ /6' Miranda S. Jones Assistant Attorney General Fair Labor Division

cc: Suzanne M. Bump, Secretary Laura Marlin, Commissioner Department of Labor & Workforce Division of Occupational Safety

General Counsel Natasha Bizanos, Certifications Office

Massachusetts Highway Department Division of Capital Planning & Operations

Paul Buckley, Commissioner George Noel, Director Department of Industrial Accidents Massachusetts Department of Labor ¡£).,

rr~ i.e THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 Attorney General ww.ago.state.ma.us April 6, 2009

Wiliam Francis Galvin Secretary of the Commonwealth Central Register One Ashburton Place, Room 2A Boston, MA 02108

Re: RLD Roofing and Richard L. Dosek

Dear Secretary Galvin:

Please be advised that RLD Roofing and Richard L. Dosek, its owner, both of 18 Martin Street, Springfield, MA 01108 have been debarred from engaging, directly or indirectly in the construction of public works, within the meaning of the Prevailing Wage Law (G.L. c. 149, §§26 - 27H, inclusive), anywhere in the Commonwealth, including but not limited to bidding and contracting, for a period of one year, as provided for by M.G.L. c.149, §27C, beginning September 18, 2008 through September 17,2009. RLD Roofing and Richard L. Dosek violated M.G.L. c. 149, § 27C by failing to comply with a civil citation.

This debarment shall apply to RLD Roofing as well as to any predecessor, successor, parent, subsidiary, partner and/or affiliate ofRLD Roofing. i:d;: (/ ~ Assistantames Clarki#' Attorney General Fair Labor Division cc: Suzanne M. Bump, Secretary Laura Marlin, Commissioner Department of Labor & Workforce Division of Occupational Safety

General Counsel Natasha Bizanos, Certifications Office Massachusetts Highway Department Division of Capital Planning & Operations

Paul Buckley, Commissioner George Noel, Director Department of Industrial Accidents Massachusetts Department of Labor '"~"",.--t~ THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 Attorney General ww.ago.state.ma.us April 6, 2009

Wiliam Francis Galvin Secretary of the Commonwealth Central Register One Ashburton Place, Room 2A Boston, MA 02108

Re: Mortell Roofing and Francis John Mortell

Dear Secretary Galvin:

Please be advised that Mortell Roofing and Francis John Mortell, its owner, both of 18 Martin Street, Springfield, MA 01108 have been debarred from engaging, directly or indirectly in the construction of public works, within the meaning of the Prevailing Wage Law (G.L. c. 149, §§26 - 27H, inclusive), anywhere in the Commonwealth, including but not limited to bidding and contracting, for a period of one year, as provided for by M.G.L. c.149, §27C, beginning September 18,2008 through September 17, 2009. Mortell Roofing and Francis John Mortell violated M.G.L. c. 149, § 27C by failing to comply with a civil citation.

This debarment shall apply to Mortell Roofing as well as to any predecessor, successor, parent, subsidiary, partner and/or affiliate of Mortell Roofing. kc(1Very truly yours, Assistant Attorney General Fair Labor Division cc: Suzanne M. Bump, Secretary Laura Marlin, Commissioner Department of Labor & Workforce Division of Occupational Safety

General Counsel Natasha Bizanos, Certifications Office Massachusetts Highway Department Division of Capital Planning & Operations

Paul Buckley, Commissioner George Noel, Director Department of Industrial Accidents Massachusetts Department of Labor 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 ;;1I,e ceo/}'n/}'YUYJulftfJ,alth,o!J Jt{{{(JMwh4RJelt1 6~t:c("ffliee('1Jce fl' .~4r1m/n';i'JI'ali()nand ,'!fli,aJlu fj'i/y,;j/oJl, rj' reap/tal .f!j,jel ,jllaJl£~gemenl (Ii/.(! .~4.jhill'il£JJl, flliace

DEVAL L. PATRICK g]()/jIQR, ./lla,;j,jachtfijel/'j (!2J{!8 LESLIE KIRWAN GOVERNOR SECRETARY, ADMINISTRATION ;:Tel: (6/7) 727-1(1.;{1 & FINANCE TIMOTHY P. MURRAY ;J.d.l: 7'27-/;·16-J DAVID S, PERINI LIEUTENANT GOVERNOR (6/7) COMMISSIONER

CONTRACTORS DECERTIFIED 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: Di vision 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 :!lite r!()/;n/;YlO/jUlaealthof ufta{JtJaohttJett1 (JxC<:ttlt/X((J!licepi .yfdmt'nr4Iialion ttnd ;!J-'~tttHCe @,:/t'4ion o/71alulal u1ddel .../tlaJta,yemenl (!Jneu1dhiullon .r?llace

DEVAL L. PATRICK P.lJOdlon" Jtla4dachtfdetM 02"08 LESLIE KIRWAN GOVERNOR SECRETARY, ADMINISTRATION .%/: (6'17) 727-~0050 & FINANCE TIMOTHY P. MURRAY LIEUTENANT GOVERNOR .'!f~x: (617) 727-05.']6.'] DAVID B. PERINI 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

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 #09-06 April 15, 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 #09-06. 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 #09-06 is 2:00 p.m., WEDNESDAY, May 6, 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 #09-06 includes: (a) the procedures for conforming to Executive Order #390 (Minority and Women Owned Business Participation)

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

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

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

TO: Boston Herald One Herald Square, Legal Ads Boston, 02106 Worcester Telegram 20 Franklin Street, Legal Ads Worcester, 01609 The Republican 1860 Main Street, Legal Ads Springfield, 01101 Berkshire Eagle P.O. Box 1171, Legal Ads Pittsfield, 01202-1171 New Bedford Standard Times 25 Elm Street, Legal Ads New Bedford, 02742 Brockton Enterprise 60 Main Street, Legal Ads Brockton, 02401 Patriot Ledger 15 Pacella Park Drive, Legal Ads Randolph, 02368 Lowell Sun 491 Dutton Street, Legal Ads Lowell, 01854 North Adams Transcript 124 American Legion Drive, Legal North Adams, 01247 Cape Cod Times P.O. Box 550, Legal Ads Hyannis, MA 02601 Nashoba Publications P.O. Box 362, Legal Ads Ayer, MA 01432 Fitchburg Sentinel & Enterprise 808 Main Street, Legal Ads Fitchburg, MA 01420

FROM: Designer Selection Board

DATE: April 8, 2009

SUBJECT: Classified Legal Advertisement

On April 17, 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 #09-06, dated April 15, 2009 describing 02 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 6, 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, , 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 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, , 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 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; ; Transport) Studies 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 Modular ; Pre-fabricated 103 Swimming Pools 005 Airports; Navaids; Airport Lighting; 041 104 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 Exploration; Refining 109 Tunnels & Subways 010 Barracks; Dormitories 047 Historical Preservation 076 petroleum and (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 ; 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 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 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 # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

LAST DATE FOR FILING APPLICATION IS: May 6, 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: CME0902 ST1 and CME0903 ST1

PROJECT TITLE: New Medical Examiner Facilities

PROJECT LOCATION: Central and Western Regions, Massachusetts

AWARDING AGENCY: Division of Capital Asset Management (DCAM)

APPROPRIATION SOURCE: Chapter 304 of the acts of 2008, 8500-1000

AVAILABLE AMOUNT: $14.6 million for both facilities

ESTIMATED CONSTRUCTION COST: $8.8 million for both facilities

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

( X ) Lump Sum Established Set Fee for Study Phase Per M.G.L. C.7, §38G(a) $150,000 dollars ( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, §38G(a), based on the approved estimated construction cost in the certified study. 9.75% per cent

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( ) OTHER:

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

( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT

MBE/WBE PARTICIPATION: In accordance with Executive Order #390, DCAM has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate 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. DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

APPROPRIATION LANGUAGE: Office of the Chief Medical Examiner 8500-1000.. For costs associated with planning and studies, dispositions……… for the preparation of plans and specifications, repairs, construction, renovations, improvements, asset management and demolition, including furnishings and equipment, for regional facilities for the office of the chief medical examiner, all as the commissioner of capital asset management and maintenance, in consultation with the chief medical examiner, shall consider appropriate.

GENERAL SCOPE OF WORK

The Division of Capital Asset Management (DCAM) in conjunction with the Office of the Chief Medical Examiner (OCME) seeks expert professional design services for two Certifiable Building Studies and final design and construction administration services for the development of two new regional facilities for the Worcester and Holyoke areas. The intent is for the designer to first participate in the evaluation and selection of building sites and then complete the two separate studies. The two projects may need to occur on separate timelines.

Background The OCME was established in 1983 with the purpose of providing a comprehensive system for conducting death investigation services in the Commonwealth. Prior to 1983, death investigations were handled regionally by the individual counties of the Commonwealth under the direction of each district attorney.

The OCME is charged through M.G.L. Chapter 38 with determining the cause and manner of death in cases under its jurisdiction: unattended, unexplained, or suspicious deaths. The manner of death places a death into one of five categories: natural, homicide, suicide, accident, or undetermined. In those cases where the deceased cannot be identified by conventional means (i.e. facial features or fingerprints), solidification of identification via dental records or physical anthropological analysis is utilized. This latter role means that the OCME sorts out all submissions of unknown skeletal remains to establish whether or not they are human, and where they are, establishes their forensic, historic, or archaeological interest.

Presently, under the supervision of the Chief Medical Examiner, the Office is currently housed in four regional facilities: Boston, Southeast (Sandwich), Central (Worcester), and Western (Holyoke). The Boston facility is ten years old, and the Southeast region has recently built a new state of the art building in Sandwich. The facilities in Holyoke and Worcester need replacement.

General Description of Functions at OCME In a general sense, the organization consists of Medical Examiners, who perform autopsies and views; Technical Staff, who transfer bodies from the scene to the appropriate facility and assist in preparing and conducting autopsies; and Administrative Staff who manage the case information and interface with the public. There are a number of specialized managerial leadership positions within the technical and administrative departments. The agency may utilize local and regional funeral homes to augment the transportation service.

Functionally, at a typical OCME facility there are two distinct and separate areas: administrative and clinical. The administrative area houses the staff offices, related support spaces, and areas for the public to visit in order to view and identify the deceased. The clinical or biohazardous area contains the autopsy suites, body storage facilities, laboratories, and all related support spaces. These two areas are physically and practically separated. Each area, with its independent HVAC system, is separated by an airlock vestibule. The public does not enter the biohazardous area, and biological materials do not leave the biohazardous area. This arrangement is best illustrated by the recently completed Sandwich facility.

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

Sandwich CME Facility Program The new facility for the Southeast region in Sandwich was the result of considerable research and collaboration between DCAM, OCME, and the project designers, Tise Design Associates (TDA). This project represents the most current thinking, and can serve as a basis for the development of the specific programs appropriate for the two new regional facilities.

The Sandwich facility was built on available state-owned land adjacent to Otis Air Force Base. Approximately 2.25 acres was required for the building, service area, and parking for 16 cars. The summarization below lists the essential program components.

Entrance/Reception Autopsy Reception/transaction Body Display Room Body View Laundry Staff Lockers - Women Administration Staff Lockers - Men Clerical At Reception Observation Offices Medical Examiner Offices Autopsy Suite - Normal Conference Room/Library Autopsy Suite - Decomposed Body Clerical Staff Offices Decomposed Body Holding Lunch Room Photo Processing Information Technology Room X-Ray Room File Room Tissue Room Property Storage Trace Room Evidence

Receiving One-bay Garage Specimen Storage

Main Entrance Reception Window at Lobby

Main conference Room Autopsy Suite

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

Statewide Caseload Volume for the OCME The overall volume of cases handled by the OCME can be described in terms of yearly number of autopsies performed and medical examiner “views” (where the cause of death can be determined by external examination, without an autopsy). The OCME has recently had a total statewide caseload volume in the range of 5000 cases. For example, in 2007 there were 3898 autopsies performed statewide, and 1140 views. As would be expected, the Boston office has the largest number of cases (for 2007, 2412 autopsies and 649 views).

The Holyoke (407 autopsies, 109 views for 2007) and Worcester (417 autopsies, 136 views for 2007) areas are similar in numbers, and both are somewhat less than the Cape region (655 autopsies, 141 views for 2007).

It will be necessary to verify the expected workload and attendant staff requirements for Holyoke and Worcester so as to appropriately tailor the programs for each of these regional facilities.

Information: For further background on the OCME Sandwich facility see the following link: http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090601_cme_final_plan.pdf

• CME 03-01 ST1, Feasibility Study and report, Chief Medical Examiner Facility, southeast Region, by Tise Design Associates, January 13, 2005

New Regional Facility for Western Massachusetts Region

Background The Holyoke Office is currently housed in leased space in the Catherine Horan Building, a medical office building in central Holyoke. There are limitations to this arrangement and the goal is to provide a new facility to serve the Holyoke region.

Scope of work: Project Issues

Site Analysis, Selection: At present, a specific site has not been selected for this facility. DCAM will provide a listing of 3 to 4 state-owned properties to be investigated for possible use for the project. Visits to the potential sites, and visits to comparable facilities are to be part of basic services.

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

Space Program: Much has been accomplished in defining the program for this type of building and this particular agency. It is felt that the essential components of the Sandwich model program can be directly applied for this facility. It is likely that particular program elements from Sandwich will not apply, so the process will be one of determining the proper needs and program mix. Significant variations are expected due to the unique nature of each regional office and its specific site constraints and unique workload.

Sustainable Design: The project should meet all requirements in this advertisement, and demonstrate an innovative approach to sustanability and reduction for the OCME.

Scope of work: Tasks

1. PSSI-01 Pre-Study Site Investigation: The designer is to play a lead role in site selection, by providing detailed analysis of the available properties. DCAM expects to have up to 4 available sites to be examined in this investigation. The following criteria are being applied in the preliminary search process: • 2-1/2 to 3 acre site located adjacent to major thoroughfare, for ease of way-finding to facility. • Preferred site will allow designer to minimize visibility of new building, due to sensitive nature of site functions. • Level site preferred for reasons of cost, and ease of compliance with accessibility regulations. • Preference for site clear of existing buildings. • Site with suitable zoning for Business use. • Prefer that public utilities (gas, electric, water) and infrastructure are available, but project can provide own sanitary septic system if soils are suitable. The investigation should determine the basic feasibility of the specific sites use, and identify the constraints and advantages of each. The analysis should include but by no means be limited to: zoning and permitting issues, overall suitability, cost risks for utility and infrastructure, and cost risks for construction due to site conditions. Product: Site Analysis Report

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

3. ST-02, Feasibility and Program Analysis: Within the chosen defined Site Planning area, summarization of the major existing site conditons and program uses with documentation of existing infrastructure and systems. Inspection and documentation of site conditions including but not limited to: access, circulation and parking, utilities, open space and vegetation, site design opportunities, and subsurface conditions with relation to overall planning. Identification of major cost issues. Product: Site Plan Existing Conditions report including all findings and identifying key factors, constraints and opportunities for this project: program location options; infrastructure, and permitting issues.

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

4. ST-03, Potential Solutions: Create varied configurations of the recommended program. Evaluation of options with respect to feasibility, construction cost, operating cost, schedule, implementation requirements and achievement of design objectives in terms of building and site. Selection of a recommended concept for further development. Product: Concept options report illustrating options, criteria and evaluation results; presentation and workshop materials.

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

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

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

New Regional Facility for Central Massachusetts Region

Background The Worcester Office is currently housed in the UMass Memorial Medical Center, a hospital affiliated with the UMass Medical School. The OCME shares space with the hospital’s pathology and morgue facility. There are limitations to this arrangement; and the goal is to provide a new upgraded facility that more ideally suits the needs of the OCME.

Scope of Work: Project Issues

Site Analysis: At present, the hope and intention is for the OCME to remain on the UMass campus and thus continue their relationship with the Memorial Medical Center. It is likely that the new facility can be provided by expanding and enlarging the existing space. Site visits to comparable facilities are to be part of basic services.

Space Program: Much has been accomplished in defining the program for this type of building and this particular agency. It is felt that the Sandwich model program can be helpful in tailoring the proper program for this facility. Some variation is expected due to the unique nature of each regional office and its workload.

Sustainable Design: The project should meet all requirements in this advertisement, and demonstrate an innovative approach to sustainability and carbon footprint reduction.

Scope of Work: Tasks

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

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

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

3. ST-03, Potential Solutions: Create varied configurations of the recommended program. Evaluation of options with respect to feasibility, construction cost, operating cost, schedule, implementation requirements and

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

achievement of design objectives in terms of building and site. Selection of a recommended concept for further development. Product: Concept options report illustrating options, criteria and evaluation results; presentation and workshop materials.

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

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

GENERAL CONDITIONS OF THIS CONTRACT: Study Contract DCAM has established a goal of six months to complete a study. If selected for study services, the applicant agrees to execute DCAM Form C-3 Contract for Designer’s Services–Study, or its successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved products in accordance with the approved work plan.

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

DCAM Procedures The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008 (http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: http://www.mass.gov/dcam.

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

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

Executive Order 484 This project shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/Agov3/docs/Executive%20Orders/Leading%20by%20Example%20EO.pdf. All building studies shall include preliminary estimates of the project’s energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the project’s impact on the operating agency’s plan for meeting EO 484’s goals are documented in the consensus solution, implementation plan, and estimated construction cost.

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

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

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 2009

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

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

Construction Specifications The designer shall utilize the DCAM Standard Specification.

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

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

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

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

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

DSB LIST # 09-06 ITEM # 1 DSB PUBLIC NOTICE DATE: April 15, 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) 6. Landscape Architect 2. Mechanical Engineer (M/P/FP) 7. LEED Accredited Professional 3. Electrical Engineer 8. Code Consultant (independent consultant required) 4. Structural Engineer 9. Specifications Writer (independent consultant required) 5. Civil Engineer 10. Cost Estimator (independent consultant required)

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. Facilities for Pathology, Medical Autopsy 3. Sustainable Design, LEED Certified buildings Investigations , Hospitals, Medical Laboratories Planning & Design

2. Projects of similar, scale, complexity, and type 4. Projects with phased renovations in hospital environments.

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 will 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 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 # 09-06 ITEM # 2 DSB PUBLIC NOTICE DATE: April 15, 2009

LAST DATE FOR FILING APPLICATION IS: May 6, 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: GCC-01-2009

PROJECT TITLE: Energy Neutral Greenhouse

PROJECT LOCATION: Greenfield Community College, Greenfield, Massachusetts

AWARDING AGENCY: Greenfield Community College

APPROPRIATION SOURCE: Federal Government and Local Donor (Fixed amounts)

AVAILABLE AMOUNT: $525,000

ESTIMATED CONSTRUCTION COST: Approximately $440,000

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 Study Phase Per M.G.L. C.7, §38G(a) $32,640 Dollars ( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, §38G(a), based on the approved estimated construction cost in the certified study. 11.9 per cent

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) OTHER: FEASIBILITY STUDY

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

( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( ) OTHER:

DBE/MBE/WBE PARTICIPATION: DBE/MBE/WBE participation requirements are waived for this project. Applications from DBE, MBE and WBE firms as prime consultants are encouraged DSB LIST # 09-06 ITEM # 2 DSB PUBLIC NOTICE DATE: April 15, 2009

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: Greenfield Community College was founded in 1962, and is the smallest of the fifteen community colleges in the Mass. Higher Education System. The college is sited on 112 acres of mixed topographical and resource areas. The main campus is located off Colrain Road. It consists of the Main Building (approximately 220,000 SF), the East Building (48,000 SF) and the Maintenance Garage (approximately 2000 SF). GCC prepares students with associate degrees planning to transfer to four year colleges. It also prepares students with associate degrees and certificate programs to enter the knowledge- based workforce in fields of demand in Western Massachusetts. Approximately 2,500 credit plus another 2,500 non-credit students enroll each year.

The goal of this project is to develop a feasibility study, schematic plans, final design and construction documents, and to provide construction oversight administrative services for the design and construction of an energy neutral greenhouse (approximately 2,500 SF).

A. Project Overview

1. Greenfield Community College has been allocated a fixed amount of funds for the construction of an energy neutral greenhouse for the main campus at 1 College Drive, Greenfield, Massachusetts 01301.

2. This facility will be approximately a 2,500 SF addition to the south wing of the Main Building, contiguous to or adjacent to the existing third floor level.

3. Currently the site slopes downward a full story (12’+) along the building and approximately 6’-0” to 8’-0” downward away from the building.

4. Full ADA accessibility is required for the new structure. All access code requirements must be met.

5. The greenhouse designer should investigate all possible approaches to achieve an energy neutral facility, including but not limited to: a. Maximizing passive solar gain b. Minimizing energy loss through energy efficiency, conservation and insulation c. Storing energy during the day and releasing it at night through the use of thermal mass and/or an active solar system d. Photovoltaics e. Using and a ground source heat pump for winter heating back up if necessary

B. Priorities

1. Effective teaching & learning space for plant science, environmental science & curricula: enhance teaching & learning opportunities for students & community.

2. Best energy neutral design to serve as demonstration / teaching tool, showcase renewable technologies and promote GCC’s leadership role in sustainability.

3. Increasing solar gains (especially winter) & reducing thermal losses: East-West longitudinal orientation is critical for maximizing passive solar gain.

C. Phase I - Feasibility Study

1. Develop plans, section and elevations of the proposed greenhouse with an accompanying project description outlining the basis of design for the major building systems and their operation.

2. A cost estimate needs to be prepared. Because of limited funding the cost estimate(s) should include alternative options.

3. At least one on-site meeting with the College is assumed, prior to completion of the written portion of the study. DSB LIST # 09-06 ITEM # 2 DSB PUBLIC NOTICE DATE: April 15, 2009

4. Conference calls between GCC and applicable design and estimator personnel would be arranged as needed during the course of the work.

D. Phase II – Energy Study, Final Design, Bidding Process

1. Based on the results of the feasibility study, working with the College, the A & E will conduct an energy study (energy modeling approach), finalize the design plans, prepare contract documents suitable for bidding under the terms of MA Chapter 149 and accept and evaluate all bids and make recommendations to the College.

2. Indicate which services would be outside the scope of the contract agreement e.g. detailed geothermal investigation, including test wells and/or geotechnical evaluation of the soil suitability, etc.

E. Phase III – Construction Administration Services

1. This phase would commence with the award of the Contract for Construction and terminate at issuance by the College of the final Certificate for Payment subsequent to the contractor remedying all “punch list” items.

GENERAL CONDITIONS OF THIS CONTRACT: Study Contract DCAM has established a goal of two to three months to complete a study. If selected for study services, the applicant agrees to execute DCAM Form C-3 Contract for Designer’s Services–Study, or its successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved products in accordance with the approved work plan.

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

DCAM Procedures The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008 (http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: http://www.mass.gov/dcam.

Executive Order 484 This project shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/Agov3/docs/Executive%20Orders/Leading%20by%20Example%20EO.pdf. All building studies shall include preliminary estimates of the project’s energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the project’s impact on the operating agency’s plan for meeting EO 484’s goals are documented in the consensus solution, implementation plan, and estimated construction cost.

LEED Certification If the budget allows, the goal shall be a project that is certifiable at a level of Silver or higher, including Mass LEED Plus requirements. The focus of this project will be to maximize the performance of the envelope of the greenhouse to minimize heating and cooling loads, model and generation, and verify the project has attained net zero energy status. All measures proposed to achieve these end results shall be incorporated into Final Design as part of the Designer’s base fee.

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

1The DCAM Standard Contract for Design Services (Revised 12/07) replaces the former DCAM Form C-2 Contract for Designer Services. DSB LIST # 09-06 ITEM # 2 DSB PUBLIC NOTICE DATE: April 15, 2009 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. Greenfield Community College welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations.

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

Construction Specifications The designer shall utilize the DCAM Standard Specification.

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

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

ADDITIONAL SUPPORTING DOCUMENTS Documents are available electronically on the Designer Selection Board website. Applicants are urged to review and become familiar with this material. 1. Site Photograph http://www.mass.gov/Eoaf/images/dcam/dsb/dsb090602_site_photo.jpg

2. Site Topography Plan http://www.mass.gov/Eoaf/images/dcam/dsb/dsb090602_topo.jpg

3. Responses to Programmatic Questions for the Greenhouse at Greenfield Community College, April 2009 http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb090602_responsesprogram.rtf

CONDITIONS FOR APPLICATION: Current or updated Master File Brochures must be on file with the Board. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the 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). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. DSB LIST # 09-06 ITEM # 2 DSB PUBLIC NOTICE DATE: April 15, 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) 6. Landscape Architect 2. Mechanical Engineer (M/P/FP) 7. Specifications Writer (independent consultant required) 3. Electrical Engineer 8. Cost Estimator (independent consultant required) 4. Structural Engineer 9. Accessibility / Universal Design Consultant 5. Civil Engineer 10. Horticulturalist

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. Experience in designing energy neutral greenhouses and/or other projects using passive and active solar and other technologies.

2. Experience with higher education projects in general, and with developing systems that acquire, monitor, and analyze energy data for teaching and learning purposes, in particular.

3. Access to expertise in the horticultural and plant production aspects of this project.

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 will 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 not be considered by the Board.

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