Date post: | 26-Oct-2014 |
Category: |
Documents |
Upload: | william-f-zachmann |
View: | 134 times |
Download: | 0 times |
Volume 32, Issue 19, May 9, 2012
The CentralRegisterPublished by: The Secretary of the Commonwealth, William Francis Galvin
CENTRAL REGISTERPublished weekly by William Francis Galvin, Secretary of the Commonwealth
Volume 32, Issue 19, May 9, 2012
DESIGNER SERVICESRequest for Proposals 1
GENERAL CONTRACTSInvitation to Bid 8
CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 93
CONTRACT AWARDS 106
LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY
Notice of Proposed Disposition of Real Property 117Office of Lease Management 122
MISCELLANEOUSGroundwater Discharge Permit 125
LIST OF DEBARRED CONTRACTORSDCAM 128Attorney General 129
DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST 131
LIST OF DECERTIFIED CONTRACTORSDCAM 132
SUPPLIER DIVERSITY OFFICE (Formerly SOMBWA) 136
DESIGNER SELECTION BOARD 141
The Central Register is a state publication of public contracting opportunities, contract awardsand related information received by the Secretary of the Commonwealth under the provisions ofM.G.L. c. 9, § 20A.
William Francis Galvin Secretary of the Commonwealth
STATE BOOKSTORE State House, Room 116
Boston, MA 02133 (617) 727-2834
CENTRAL REGISTER SUBSCRIPTION INFORMATION
The Central Register is available in electronic form only.
The total subscription price is $100 per year.
You may subscribe to this publication on the following website:
http://www.sec.state.ma.us/PublicationSubscriptionPublic/Login.aspx
Please feel free to contact the State Bookstore with any questions that you may have regarding your subscription.
Phone: (617) 727-2834 Email: [email protected]
** State Agencies Only** CHECKS WILL NOT BE ACCEPTED FROM STATE AGENCIES.
State agencies are required to use the IE/ITI system. State agencies must complete the following information in order for their subscription to be processed.
DEPT. CODE (3 letters): _________________________________ORG. # (4 numbers): ____________________________________________ AMOUNT TO BE ENCUMBERED: $___________________________________________ AGENCY NAME: ___________________________________________________________________________________________________ CONTACT NAME: __________________________________________________________________________________________________ ADDRESS: ________________________________________________________________________________________________________ PHONE:__________________________________ CONTACT EMAIL:________________________________________________________
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Boston, City ofEconomic Development Industrial Corporation (EDIC)22 Drydock Ave. 2nd FloorBoston, MA 02201
James Sorrentino
PHONE: 617-918-6203
PROJECT: EDIC is seeking proposals for the performance of engineering related services for the Boiler Plant Replacement Project at 12 Channel St. in the Boston Marine Industrial Park.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 1272B
ADDITIONAL INFORMATION
FAX: 617-918-6220
Designer's Fee: Set Fee Estimated Construction Cost: $500,000
SCOPE: Replace the outdated/dysfunctional heating plant equipment with a new state-of-the-art system at 12 Channel St. in the Boston Marine Industrial Park.
BRIEFING SESSION: 5/5/12 at the above agency address.
DEADLINE FOR APPLICATION FORM:6/19/12 @ 12:00 P.M.
Time Period for Completed Project:2013
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY:
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Boston, City ofWater and Sewer Commission980 Harrison Ave.Boston, MA 02119
John P. Sullivan
PHONE:
PROJECT: Professional Traffic Management Design Services.
All questions are due by 5/24/12 at 4:00 P.M.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 12-206-008
ADDITIONAL INFORMATION
FAX:
Designer's Fee:Estimated Construction Cost: $200,00
SCOPE:
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:6/6/12 @ 12:00 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
Traffic Management Design Services
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12.
EMAIL:
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
1
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Bourne, Town of 24 Perry Ave.Buzzards Bay, MA 02532
Thomas M. Guerino, Town Administrator
PHONE: 508-759-0600 ext. 503
PROJECT: RFQ for Engineering Services for the Proposed New Bourne Department of Public Works Facility.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-759-0620
Designer's Fee: Negotiated Estimated Construction Cost: $7 Million
SCOPE: The goal is to present the full Design Costs and Construction Costs to the Special Fall 2012 Town Meeting for design and construction funding.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:5/23/12 @ 2:00 P.M.
Time Period for Completed Project:3 - Years
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 4/30/12
EMAIL:
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Brockton, City ofHousing AuthorityP.O. Box 707045 Goddard Rd.Brockton, MA 02303-7070
Frank HInds
PHONE: 508-427-9111
PROJECT: Provide professional design and construction administration services for renovations to kitchens and bathrooms at ten buildings at the Washburn Heights 200-2 development in Brockton. There is a total 50 family units at this site.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 044057
ADDITIONAL INFORMATION
FAX:
Designer's Fee: Set Fee $148,000Estimated Construction Cost: $1,300,000
SCOPE:
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:5/23/12 @ 2:00 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12 at the above agency address.
EMAIL:
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
2
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Brookfield, Town of Board of Selectmen6 Central St.Brookfield, MA 01506
Donna L. Neylon, Admin. Asst
PHONE: 508-867-2930 ext. 10
PROJECT: Request for Proposals for Saw Mill Pond Dam Phase II Repairs: Engineer selection for Phase II Inspection and Investigation to evaluate the structural integrity and spillway hydraulic adequacy of the dam and develop/implement a plan to bring the dam into compliance with Mass ODS regulations by adequately repairing, breaching or removing the dam.
This is a two-envelope bid process. Envelope 2 will have cost figures and will only be opened following interview and choice of successful bidder. No hard copies of the RFP will be available.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-867-5091
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE: Provide conceptual drawings, specifications and cost estimates in sufficient detail to document the work to be performed.
BRIEFING SESSION: (Mandatory): 5/23/12 at 10:00 A.M.
DEADLINE FOR APPLICATION FORM:5/30/12 @ 1:00 P.M.
Time Period for Completed Project:7/15/12
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/8/12 online at www.brookfieldma.us at the top of the page.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Brookline, Town of Building Department333 Washington St. 3rd FloorBrookline, MA 02445
Anthony Guigli
PHONE: 617-730-2100
PROJECT: Design and Construction Administration for Structural Improvements to Brookline Fire Stations.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 617-739-7542
Designer's Fee: Negotiated Estimated Construction Cost: $650,000
SCOPE:
BRIEFING SESSION: 5/22/12 at 9:00 A.M. at Fire Station #1, 140 Washington St., Brookline.
DEADLINE FOR APPLICATION FORM:5/30/12 @ 2:00 P.M.
Time Period for Completed Project:TBD
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
3
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Lexington, Town of 1625 Massachusetts Ave.Lexington, MA 02420
Patrick Goddard
PHONE:
PROJECT: Cary Memorial Building Renovation, Phase 1.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 13-06
ADDITIONAL INFORMATION
FAX:
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE: A building evaluation was completed by Mills Whitaker Architects, LLC in June 2011. Phase 1 is to expand on the evaluation with schematic level designs to further define the recommended scope of work.
BRIEFING SESSION: 5/16/12 at 11:30 A.M,
DEADLINE FOR APPLICATION FORM:5/24/12 @ 2:00 P.M.
Time Period for Completed Project:6 - Months
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: By contacting Laurie Lucibello at [email protected].
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Lowell, City ofHousing Authority350 Moody St.Lowell, MA 01853
John Romano
PHONE:
PROJECT: The Lowell Housing Authority, the awarding agency, is seeking qualifications for architectural and design services to serve as House Doctor for a one-year period as specified in the RFQ.
Contact Judith Beilen, Chief Procurement Officer at 978-364-5301 with any questions related to the RFQ.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: RFQ 2012-3
ADDITIONAL INFORMATION
FAX:
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE:
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:5/23/12 @ 2:00 P.M.
Time Period for Completed Project:1 - Year
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12 at the above agency address, Monday - Friday, 9:00 A.M. - 4:00 P.M. or online at www.lowellhousingauthority.org.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
4
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Westborough, Town of 34 West Main St.Westborough, MA 01581
James Malloy
PHONE: 508-366-3030
PROJECT: OPM Services for design and bidding of renovations to the Westborough Town Hall, Forbes Municipal Building and a new Recreation Center and the design, bidding and construction of a new Fire Station.
The total estimated construction is $30 million, however only the design/bidding has been approved by Town Meeting for the Town Hall, Forbes Municipal Building and Recreation Center. Construction costs have been approved for the Fire Station project, subject to a Proposition 2½ debt exclusion on 5/15/12.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-366-3099
Designer's Fee: Negotiated Estimated Construction Cost: $11.2 Million
SCOPE:
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:5/24/12 @ 10:00 A.M.
Time Period for Completed Project:1 - Year
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY:
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Winchester, Town of Office of the Town Manager71 Mt Vernon St.Winchester, MA 01890
Pat Tassi
PHONE: 781-721-7133
PROJECT: Project Management Services: Provide Construction Project Management services to the Town of Winchester for a period of one year.
Contractor must be familiar with all bidding/procurement laws and must be MCPPO Certified.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 781-756-0505
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE:
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:5/23/12 @ 12:00 P.M.
Time Period for Completed Project:6/30/13
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12 at the above agency address or by fax request (including all contact information)
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
5
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Athol-Royalston Regional School DistrictP.O. Box 9681062 Pleasant St.Athol, MA 01331
Mary Jane Handy
PHONE: 978-249-2400
PROJECT: Project Manager to provide project management services for the design, construction, addition to and/or renovation of the Riverbend Elementary School.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: RFS for OPM Services
ADDITIONAL INFORMATION
FAX: 978-249-2402
Designer's Fee: Negotiated Estimated Construction Cost: $25 Million - $40 Million
SCOPE: Phase 1 Feasibility Study-Schematic Design: Initial contract for OPM services for the feasibility study through schematic design phase relating to the construction, addition to and/or renovation of the Riverbend Elementary School in Athol.
BRIEFING SESSION: 5/16/12 at 3:30 P.M. in the front foyer of the Riverbend Elementary School, 174 Riverbend St., Athol.
DEADLINE FOR APPLICATION FORM:5/23/12 @ 2:00 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12 from Mary Jane Handy, Business Manager at the above agency address.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Old Colony Planning Council70 School St.Brockton, MA 02301
Pasquale Ciaramella, Executive Director
PHONE: 508-583-1833
PROJECT: Design services for exterior renovation/repair of the OCPC building at 70 School St., Brockton.
The Building is on the National Register of Historic Places and subject to a Preservation Restriction Agreement with the Massachusetts Historical Commission. The Procurement is being conducted in accordance with M.G.L. c. 7, § 38A½-O.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-559-8768
Designer's Fee: Negotiated Estimated Construction Cost: $600,000
SCOPE: Preliminary design, construction documents, project administration.
BRIEFING SESSION: 5/23/12 at 2:00 P.M. at the above agency address.
DEADLINE FOR APPLICATION FORM:6/6/12 @ 4:00 P.M.
Time Period for Completed Project:12 - Months
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY:
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
6
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Transportation, Department of (MassDOT)10 Park Plaza Boston, MA 02116
Brian Clang, P.E., Bridge Inspection Engineer
PHONE: 617-973-7763
PROJECT: Provide Professional Engineering services for performing bridge ratings on MassDOT and Municipally owned structures to determine their load carrying capacity.
MassDOT reserves the right to increase or decrease the workload, depending on the needs of MassDOT. Written Inquiries Due by 5/17/12 at 3:00 P.M.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 201204SBRS
ADDITIONAL INFORMATION
FAX: 617-973-7990
Designer's Fee:Estimated Construction Cost: $1,500,000.00
SCOPE: MassDOT anticipates that the work load for the multiple contracts will consist of each Consultant firm submitting one rating report a week for the duration of the contract.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:6/14/12 @ 3:00 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: Online at www.comm-pass.com (Document ID #201204SBRS).
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:University of Massachusetts Building Authority225 Franklin St. 12th FloorBoston, MA 02110
Mr. Robin A. Collins
PHONE: 781-519-1074
PROJECT: Champions Center at UMass Amherst.
Proposals must be submitted to the above agency address, Attn.: Katherine P. Craven, Executive Director.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: UMBA 12-A2
ADDITIONAL INFORMATION
FAX: 781-7941405
Designer's Fee: Negotiated Estimated Construction Cost: $19 Million
SCOPE: The Project consists of designing a new Champions Center varsity basketball practice facility, related infrastructure and landscape improvements at UMass Amherst.
BRIEFING SESSION: 5/16/12
DEADLINE FOR APPLICATION FORM:6/5/12 @ 2:00 P.M.
Time Period for Completed Project:Construction Completion 7/1/14
CONTRACT INFORMATION:
Geotechnical Engineer
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 5/9/12 online at www.pmaconsultants.com/umass.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
7
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Amherst, Town of Public Works Department586 South Pleasant St.Amherst, MA 01002
PHONE: 413-259-3050 ext. 0CONTACT INFORMATION
PROJECT NUMBER: IFB #DPW12-112
FAX: 413-259-2414
PROJECT:Main St. Infrastructure and Barrier Removal.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Guilford Mooring EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Amherst, Town of Public Works Department586 South Pleasant St.Amherst, MA 01002
PHONE: 413-259-3050 ext. 0CONTACT INFORMATION
PROJECT NUMBER: IFB #DPW12-113
FAX: 413-259-2414
PROJECT:Sandblast and Paint Wastewater Equipment.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:30 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Guilford Mooring EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
8
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Andover, Town ofCentral Purchasing Office36 Bartlet St.Andover, MA 01810
Above agency address, 5/9/12 after 9:00 A.M.
PHONE: 978-623-8216CONTACT INFORMATION
PROJECT NUMBER: Request No. WR001/05-12/185
FAX: 978-623-8240
PROJECT:Door Replacements for Wood Hill Middle/High Plain Elementary Schools, Andover. The work consists of removal and replacement of three sets of double doors. Contractor must tie existing through wall flashing into new door frames.
ESTIMATED COST: $24,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-proposal meeting/work site visit: 5/15/12 at 9:00 A.M. at the Loading Dock at the back of the Wood Hill Middle School, 11 Cross St., Andover.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Elaine M. Shola, Purchasing Agent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Athol, Town of Department of Public Works 584 Main St. Room 24Athol, MA 01331
5/9/12 at 8:30 A.M.
PHONE: 978-249-4542CONTACT INFORMATION
PROJECT NUMBER: 2012-21
FAX: 978-249-3058
PROJECT:Road Reclamation for Resurfacing and Related Work.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Douglas A. Walsh, Superintendent of Public Works EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
9
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Athol, Town of Department of Public Works584 Main St. Room 24Athol, MA 01331
Above agency address, Monday - Thursday, 8:00 A.M. - 4:30 P.M.
PHONE: 978-249-4542CONTACT INFORMATION
PROJECT NUMBER: 2012-22
FAX: 978-249-3058
PROJECT:Bituminous Concrete Type I-1 Paving, Resurfacing and Related Work.
ESTIMATED COST: $700,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Douglas A. Walsh EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Attleboro, City of ***RE-BID***Housing Authority80 South Ave.Attleboro, MA 02703
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 5/9/12.
PHONE: 508-222-0151CONTACT INFORMATION
PROJECT NUMBER: 016094
FAX: 508-222-4389
PROJECT:Modified bitumen roof replacement and new aluminum parapet coping cap trim on a five-story apartment building.
ESTIMATED COST: $156,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Zambarano, Executive Director EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
10
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Attleboro, City ofPublic Schools100 Rathbun Willard DriveAttleboro, MA 02703
PHONE: 508-226-1169CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Service the Swimming Pool at the Attleboro High School. Shut down and isolate filtration system. Drain pool, removal of two existing main drains, pipe scale cleaning and relining. Install two new main drains with approved VGB covers, re-tile around new drains.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/15/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Mandatory site visit: 6/5/12. Only those contractors attending this meeting will be qualified to submit a quotation.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jeffrey Brousseau EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Barnstable, Town of ***RE-BID***Housing Authority146 South St.Hyannis, MA 02601
Above agency address, 5/9/12. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M.
PHONE: 508-771-7222CONTACT INFORMATION
PROJECT NUMBER: 020047
FAX: 508-778-9312
PROJECT:Replacement of existing metal and wood railings with new metal railings at two occupied residential buildings at (667-2) 32/54 Sea St. Extension, Hyannis Elderly Housing.
ESTIMATED COST: $60,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Walk-through: 5/23/12 at 10:00 A.M. at 32/54 Sea St. Extension, Hyannis.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Sandee Perry, Executive Director EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
11
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Barnstable, Town of 230 South St.Hyannis, MA 02601
Online at www.town.barnstable.ma.us.
PHONE: 508-862-4741CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-862-4717
PROJECT:On call painting contractor for the Barnstable School Department. One Year contract commencing 7/1/12 with one optional year.
ESTIMATED COST: $50,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Johanna Boucher EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Barnstable, Town of Department of Public Works382 Falmouth Rd.Hyannis, MA 02601
On the Town of Barnstable website at www.town.barnstable.ma.us, 5/9/12.
PHONE: 508-790-6400 ext. 4935CONTACT INFORMATION
PROJECT NUMBER: 08-000-12-003
FAX: 508-790-6406
PROJECT:Stormwater Mitigation at Various Locations.
ESTIMATED COST: $456,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/16/12 at 2:00 P.M. in the DPW Conference Room at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Denise Geoffrion EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
12
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Bellingham, Town ofDepartment of Public Works26 Blackstone St.Bellingham, MA 02019-1602
Above agency address, 5/1/12 at 12:00 P.M.
PHONE: 508-966-5813CONTACT INFORMATION
PROJECT NUMBER:
FAX: 5
PROJECT:Furnish Wetwell Sewage Grinders: Furnish and Deliver Only. No Installation of manhole wall mounted Sewage Grinders for Benelli St. and Douglas Drive sewer pumping station wetwells.
ESTIMATED COST: $45,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Donald DiMartino EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Bernardston, Town of Board of SelectmenP.O. Box 50435 Church St.Bernardston, MA 01337
Stantec Consulting Services, Inc., 136 West St. Suite 203, Northampton, MA 01060, 5/9/12, 8:30 A.M. - 4:30 P.M.
PHONE: 413-584-4776CONTACT INFORMATION
PROJECT NUMBER: 195111862
FAX: 413-584-3157
PROJECT:School Road Reconstruction and Drainage Improvements.
ESTIMATED COST: $350,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/21/12 at 11:00 A.M. at the site. Plan deposit is $50, shipping fee is $25, both payable to Stantec. Contractor must be prequalified for MassDOT classification Highway-Construction.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Margo Campbell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
13
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Billerica, Town of Public Schools365 Boston Rd.Billerica, MA 01821
B.L.W. Engineers, Inc., 311 Great Rd., Littleton, MA 01460, 5/9/12, 9:00 A.M. - 5:00 P.M.
PHONE: 978-486-4301 ext. 3CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-486-0067
PROJECT:Boiler Room Renovations at the Hajjar Elementary School. DCAM Certification: Mechanical or HVAC.
ESTIMATED COST: $425,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 5/16/12 at 2:00 P.M. at the Hajjar Elementary School, 59 Rodgers St., Billerica, at which time the job site shall be made available for inspection. Copies of the Form for General Bid are available at no cost. Bid documents are available upon deposit of $50.00 per set in the form of a check, payable to the Town of Billerica. Bidders requesting Contract Documents to be mailed must send a separate check for $50.00 per set, payable to BLW Engineers, Inc., to cover mailing and handling costs.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kenneth Beck EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Boston, City of Public Facilities DepartmentBid Counter26 Court St. 10th FloorBoston, MA 02108
Above agency address, 5/7/12. Office Hours: Monday - Friday, 9:00 A.M - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.
PHONE: 617-635-4809CONTACT INFORMATION
PROJECT NUMBER: 2012-04 PCMD
FAX: 617-635-0555
PROJECT:Fire Alarm and Life Safety Systems at Boston City Hall and Various City of Boston Locations. The scope includes the inspection, testing and maintenance of the entire fire alarm system, including the firefighter's telephones, wet pipe sprinkler systems, preaction sprinkler system.
ESTIMATED COST: $100,000 (Minimum)
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Fire Protection
SUB BID DEADLINE: 5/24/12 @ 12:00 P.M. GENERAL BID DEADLINE: 6/7/12 @ 12:00 P.M.
ADDITIONAL INFORMATION DCAM Certification Category: Alarm Systems.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Bid Counter EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
14
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City of Public SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108
Above agency address, 5/9/12 after 12:00 P.M.
PHONE: 617-635-9125CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-9252
PROJECT:Preventative Maintenance of Electrical Equipment at Various Boston Public Schools for a three-year contract period (7/1/12 - 6/30/15).
ESTIMATED COST: $6,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Laura Junior EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Boston, City of Public SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108
Above agency address, 5/10/12 after 12:00 P.M.
PHONE: 617-635-9125CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-9252
PROJECT:New Doors and Hardware at the Edison School, 60 Glenmont Rd., Brighton, includes, but not limited to, new metal doors, frames hardware and painting.
ESTIMATED COST: $285,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Laura Junior EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
15
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City of Public SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108
Above agency address, 5/10/12 after 12:00 P.M.
PHONE: 617-635-9125CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-9252
PROJECT:Heating System Upgrade at the James Otis School, 218 Marion St., East Boston.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Laura Junior EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Boston, City of Public Works Department,Contract OfficeOne City Hall Square Room 715Boston, MA 02201
Above agency address, 5/14/12.
PHONE: 617-635-4913CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-2403
PROJECT:Furnishing Emergency Repairs to Underground Traffic Signal Infrastructure City-wide for a period of Three Years (7/1/12 - 6/30/15) as needed.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 2:00 P.M.
ADDITIONAL INFORMATION $5.00 non-refundable fee for plans.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Marie Munoz EMAIL:
CONTRACTOR QUALIFICATION:
16
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofHousing AuthorityProcurement Department52 Chauncy St. 6th FloorBoston, MA 02111
Above agency address or by email request, 4/30/12 at 9:00 A.M.
PHONE: 617-988-4041CONTACT INFORMATION
PROJECT NUMBER: BHA 0831-01
FAX: 617-988-4240
PROJECT:Repair of chain link fence system at the Faneuil Development in Brighton. Time for Completion is Four Weeks (28 Calendar Days) from Notice to Proceed.
ESTIMATED COST: $18,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Visit: 5/14/12 at 9:00 A.M. at Faneuil Gardens, 266 North Beacon St., Brighton. Bid documents available by email at no charge.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Procurement Department EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Boston, City ofHousing AuthorityProcurement Department52 Chauncy St. 6th FloorBoston, MA 02111
Above agency address or by email request to [email protected], 4/30/12 at 9:00 A.M.
PHONE: 617-988-4041CONTACT INFORMATION
PROJECT NUMBER: BHA 0830-01
FAX: 617-988-4240
PROJECT:The Boston Housing Authority is seeking the services of qualified contractors for Sewer Line Repairs at the Faneuil Development in Brighton. Time for Completion is One Week (7 Calendar Days) from Notice to Proceed.
ESTIMATED COST: $24,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Visit: 5/15/12 at 9:00 A.M. at Faneuil Gardens, 266 North Beacon St., Brighton. Bid documents are available by email at no charge.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Procurement Department EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
17
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofHousing AuthorityProcurement Department52 Chauncy St. 6th FloorBoston, MA 02111
Above agency address or by email request to [email protected] (include complete contact information in the request), 5/3/12 after 9:00 A.M.
PHONE: 617-988-4041CONTACT INFORMATION
PROJECT NUMBER: BHA 0838-01
FAX: 617-988-4240
PROJECT:Hallway Painting and Vinyl Floor tile replacement at the Fairmount Housing Development in Hyde Park (Boston).
ESTIMATED COST: $23,911
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Visit: 5/15/12 at 9:00 A.M. at 43 Bow St., Hyde Park. Bid documents are available by email request at no charge.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Procurement Department EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Boston, City ofHousing AuthorityProcurement Department52 Chauncy St. 6th FloorBoston, MA 02111
By email request to [email protected] (include complete contact information in the request), 5/4/12 after 9:00 A.M.
PHONE: 617-988-4041CONTACT INFORMATION
PROJECT NUMBER: BHA 0836-01
FAX: 617-988-4240
PROJECT:The Boston Housing Authority is seeking the services and bids of qualified contractors to provide removal and installation of 14 boiler sections (Model #V1114) at 280 Martin Luther King Boulevard, an Elderly and Disabled development in Roxbury.
ESTIMATED COST: $15,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Visit: 5/17/12 at 10:00 A.M. at 280 Martin King Jr. Boulevard, Roxbury. Bid documents are available at no charge by email request.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Procurement Department EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
18
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108
Above agency address, 5/15/12 after 12:00 P.M.
PHONE: 617-635-9125CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-9252
PROJECT:Renovations to the Emerson School, 6 Shirley St., Roxbury, includes, but is not limited to, the replacement of exterior and interior doors, painting, signage toilet partitions and masonry hardware and plumbing, including all incidental work required to produce a complete and finished project in accordance to the plans and specifications.
ESTIMATED COST: $250,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Painting; Resinous Flooring
SUB BID DEADLINE: 5/30/12 @ 12:00 P.M. GENERAL BID DEADLINE: 6/6/12 @ 12:00 P.M.
ADDITIONAL INFORMATION The building will be open for bidders to view on 5/24/12, 9:00 A.M. - 11:00 A.M. and 5/31/12, 9:00 A.M. - 11:00 A.M. Access will not be available at any other time.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Laura Junior EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Boston, City ofPublic Health Commission Property Management/Long Island Campus Administration Building1 Moon Island Rd.Boston, MA 02171
By email request to [email protected], 5/9/12.
PHONE: 617-534-2716CONTACT INFORMATION
PROJECT NUMBER: NWS-180-12
FAX: 617-288-2273
PROJECT:Install and supply a reflected ceiling tile system for an area of 3,000 square feet.
ESTIMATED COST: $ 14,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 1:00 P.M.
ADDITIONAL INFORMATION Walk-through: 5/16/12 at 10:00 A.M. at 725 Massachusetts Ave., Boston.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Belkis L. Roman EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
19
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofPublic SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108
Above agency address, 5/16/12 after 12:00 P.M.
PHONE: 617-635-9125CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-9252
PROJECT:Interior Painting at Boston Latin Academy: Prepare and apply painters finish to previously painted surfaces and perform related work throughout the building as specified and noted on the work schedules including not limited to shade installations and white board painting and installations.
ESTIMATED COST: $110,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Laura Junior EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Boston, City ofPublic SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108
Above agency address, 5/15/12 after 12:00 P.M.
PHONE: 617-635-9125CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-635-9252
PROJECT:Testing and Repairing Sprinkler Systems in Various Boston Public Schools for a three-year contract period (7/1/12 - 6/30/15).
ESTIMATED COST: $375,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Laura Junior EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
20
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boxford, Town of ***RE-BID***Public Schools ***SUB-BIDS ONLY***28 Middleton Rd.Boxford, MA 01921
Weston & Sampson Engineers, Inc., 5 Centennial Drive, Peabody, MA 01960, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.
PHONE: 978-532-1900CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-977-0100
PROJECT:Spofford Pond School Water Treatment Plant Upgrades, Phase II. Category of Certification: Sewage and Water Treatment Plants. Re-bid for HVAC and Plumbing only.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: HVAC; Plumbing
SUB BID DEADLINE: 5/24/12 @ 2:00 P.M. GENERAL BID DEADLINE: 5/31/12 @ 2:00 P.M.
ADDITIONAL INFORMATION $50 refundable plan deposit, $25 non-refundable mailing fee, in the form of checks, payable to Weston & Sampson.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Andrea David EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Brockton, City ofHousing Authority45 Goddard Rd.Brockton, MA 02301
Above agency address, 5/9/12 after 10:00 A.M.
PHONE: 508-588-6880CONTACT INFORMATION
PROJECT NUMBER: 24-7 Caffrey Towers
FAX: 508-580-6261
PROJECT:Kitchen, Bathroom and General Apartment Renovations in Eight Apartments (Converting Seven to Accessible Units and One Non-Accessible). Units are located in the "B" Building. The project also includes the regrading, repaving and reconfiguration of the main parking lot to provide new compliant accessible parking spaces and accessible route to the building entrances.
ESTIMATED COST: $390,000 - $410,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Section 09300;Ceramic Tile, Section 08500;Resilient Floors, Section 09900;Painting, Section 15301;Fire Protection, Section 15401;Plumbing, Section 16001; Electrical
SUB BID DEADLINE: 5/25/12 @ 2:00 P.M. GENERAL BID DEADLINE: 6/4/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid walk-through: 5/15/12 at 12:00 P.M. at Caffrey Towers, 755 Crescent St., Brockton. Bids are subject to MGL c. 149, §§ 44A - J and to minimum wage rates as required by General Wage Decision No. MA20100012. Plan Deposit is $40.00 per set in the form of a Cashier's or Certified Check or Money Order (no company checks), payable to the Brockton Housing Authority, refundable if plans are returned in good order. A separate check for $30.00 (non-refundable) is required to cover mailing and handling costs.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank L. Hinds/Nancy Macedo EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
21
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Brookline Town of Department of Public Works - Engineering333 Washington St.Brookline, MA 02445
Above agency address, 5/14/12.
PHONE: 617-730-2695CONTACT INFORMATION
PROJECT NUMBER: PW/12-33 Runkle Intersections
FAX: 617-264-6450
PROJECT:Runkle School Intersection Improvements: Curb; concrete walkways; drainage; traffic markings; HMA.
ESTIMATED COST: $320,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 5/21/12 at 11:00 A.M. in the 4th Floor Conference Room at the above agency address. Non-Refundable Fee of $50 required for plans and specs.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dan Martin EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Burlington, Town of Engineering Division25 Center St.Burlington, MA 01803
Above agency address or online at www.burlington.org, 5/9/12 at 8:30 A.M.
PHONE: 781-270-1640CONTACT INFORMATION
PROJECT NUMBER: TL-12-1148
FAX:
PROJECT:Project consists of the maintenance, repair and/or upgrades/construction of the Town-owned traffic signals.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brian White EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
22
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #1
FAX: 978-251-3935
PROJECT:Bituminous Concrete and Adjustment of Castings.
ESTIMATED COST: $525,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #2
FAX: 978-251-3935
PROJECT:Crack Sealing.
ESTIMATED COST: $16,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
23
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #3
FAX: 978-251-3935
PROJECT:Catch Basin Cleaning.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford, Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #4
FAX: 978-251-3935
PROJECT:Traffic Markings.
ESTIMATED COST: $20,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
24
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #6
FAX: 978-251-3935
PROJECT:Bituminous Concrete Excavation by Cold Planer.
ESTIMATED COST: $11,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #7
FAX: 978-251-3935
PROJECT:In-Place Recycling of Bituminous Concrete Surface.
ESTIMATED COST: $12,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
25
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Chelmsford, Town of 50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #10
FAX: 978-251-3935
PROJECT:Highway Guard, Fences and Walls, Highway Guardrail.
ESTIMATED COST: $42,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Chelmsford, Town of50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #5
FAX: 978-251-3935
PROJECT:Aggregate.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
26
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Chelmsford, Town of50 Billerica Rd.Chelmsford, MA 01824
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #9
FAX: 978-251-3935
PROJECT:Remove and Reset Granite Curb.
ESTIMATED COST: $10,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Chelmsford, Town of50 Billerica Rd.Chelmsford, MA 01863
Chelmsford Department of Public Works, Highway Division, 54 Richardson Rd., North Chelmsford, MA 01863, 978-250-5270 or by email request to [email protected], 5/9/12.
PHONE: 978-250-5270CONTACT INFORMATION
PROJECT NUMBER: Bid Item #8
FAX: 978-251-3935
PROJECT:Vertical Granite Curbing.
ESTIMATED COST: $24,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Long, Highway Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
27
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Danvers, Town of One Sylvan St.Danvers, MA 01923
Above agency address, 5/9/12 after 11:00 A.M.
PHONE: 978-777-0001CONTACT INFORMATION
PROJECT NUMBER: 2012-39
FAX: 978-777-1025
PROJECT:Furnishing and Installation of Fence, Gates and Appurtenances.
ESTIMATED COST: $50,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Judy Smith EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Danvers, Town of One Sylvan St.Danvers, MA 01923
5/9/12 at 11:00 A.M.
PHONE: 978-777-0001CONTACT INFORMATION
PROJECT NUMBER: 2012-41
FAX: 978-777-1025
PROJECT:Disposal of surplus earthwork materials: Materials will be delivered to the disposal site by Danvers Department of Public Works trucks or designated contractor.
ESTIMATED COST: $50,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Judy Smith EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
28
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Dartmouth, Town of Board of Public WorksDepartment of Public Works759 Russells Mills Rd.Dartmouth, MA 02748
Above agency address, 5/9/12, 7:00 A.M. - 3:30 P.M.
PHONE: 508-999-0740CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-999-0762
PROJECT:Repair of the 3.0 MG Prestressed Concrete Water Storage Tank.
ESTIMATED COST: $110,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/6/12 @ 10:30 A.M.
ADDITIONAL INFORMATION Pre-bid Meeting: 5/16/12 at 10:00 A.M. Please see Technical Specifications Section 1.2B "Prequalification" for more details.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Davod T. Hickox, P.E., Director EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Duxbury, Town ofSchool Committee130 St. George St.Duxbury, MA 02332
Online at www.Projectdog.com (Project code 794801), 978-499-9014, 5/9/12.
PHONE: 781-829-8768CONTACT INFORMATION
PROJECT NUMBER: MSBA ID W201000820505
FAX: 617-426-1215
PROJECT:Duxbury Model Middle/High School Request for Qualifications for Trade Contractors, Construction Manager at Risk pursuant to M.G.L. c. 149A, § 8 for the following trades: Plumbing and Electrical. Site enabling work consisting of relocation of water service line to existing building and construction trailer electrical service, cut and make safe site lighting in footprint of new building.
ESTIMATED COST: $100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Plumbing and Electrical
SUB BID DEADLINE: 5/23/12 @ 2:00 P.M. GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION (Attn.: Susan Nauman, Business Manager.)
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dave Lewek, KVAssociates, Inc. EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
29
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Easton, Town of Department of Public Works130 Center St.North Easton, MA 02356
Above agency address or online at www.easton.ma.us, 5/10/12.
PHONE: 508-230-0800CONTACT INFORMATION
PROJECT NUMBER: DPW 2012-17
FAX: 508-238-0803
PROJECT:Modular Salt Storage Building.
ESTIMATED COST: $230,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/7/12 @ 10:00 A.M.
ADDITIONAL INFORMATION There is no fee for documents downloaded at www.easton.ma.us.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David Field EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Everett, City of 484 Broadway Everett, MA 02149
Everett School Department, 121 Vine St., Everett, MA 02149 or by email request to [email protected].
PHONE: 617-394-2290CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Replacement of 16 waterless urinals at Everett High School, 100 Elm St., Everett.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/6/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/23/12 at 3:00 P.M. at Everett High School, 100 Elm St., Everett.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lara Wehbe EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
30
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Everett, City of 484 BroadwayEverett, MA 02149
By email request to [email protected].
PHONE: 617-394-2288CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Norman St, and Air Force Rd. Removal and Replacement of Fence.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lara Wehbe EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Everett, City of 484 BroadwayEverett, MA 02149
Everett School Department Office, 121 Vine St., Everett, MA 02149 or by email request to [email protected].
PHONE: 617-394-2288CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Interior Painting of the English School.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/6/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/30/12 at 3:00 P.M. at the English School, 105 Woodville St., Everett.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lara Wehbe EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
31
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Fairhaven, Town of40 Center St.Fairhaven, MA 02719
Service Point, 5 Commonwealth Ave., Woburn, MA 01801, 781-497-7750 or email [email protected], 5/7/12 at 9:00 A.M.
PHONE: 617-451-2717CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-451-2679
PROJECT:Pre-Qualified Bidders only (except the Elevators sub-trade): The Fairhaven New Elementary School building will be two stories in height and approximately 78,000 GSF.
ESTIMATED COST: $20,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry; Misc. Metals; Waterprfing, Dampprfing, Caulking; Roofing & Flashing; Metal Windows; Glass & Glazing; Tile; Acoustical Tile; Resilient Floors; Elevators; Painting; Plumbing; HVAC; Electrical
SUB BID DEADLINE: 5/30/12 @ 2:00 P.M. GENERAL BID DEADLINE: 6/8/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/14/12 at 2:30 P.M. at 60 Sconticut Neck Rd., Fairhaven. All General Contractors and Sub-bidders must be Pre-qualified, except Elevators. The Elevators subtrade is open for public bid.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Sidni Bragg EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Framingham, Town ofHousing Authority (FHA)1 John J. Brady DriveFramingham, MA 01702
Above agency address, 5/9/12 after 8:30 A.M.
PHONE: 508-879-7562CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-626-0252
PROJECT:One-year contract for plastering and repairs in all FHA developments.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Contract award will be based on square foot prices for items listed in the specs. Specs are available free of charge.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Landers EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
32
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Franklin, Town of Purchasing DepartmentMunicipal Building355 East Central St.Franklin, MA 02038
By email request to [email protected], 5/9/12 after 11:30 A.M. IFB available Monday - Thursday only.
PHONE: 508-520-4918CONTACT INFORMATION
PROJECT NUMBER: 2012-14
FAX: 508-541-5253
PROJECT:Three Year On-Call Refrigeration Equipment Repairs/Maintenance Services for Town/Schools Food Services, 7/1/12 - 6/30/15.
ESTIMATED COST: $90,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:30 A.M.
ADDITIONAL INFORMATION There are no fees for the IFB.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Norma Collins, CPO EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Franklin, Town of Purchasing Office355 East Central St.Franklin, MA 02038
By email request to [email protected], 5/9/12 at 10:30 A.M. IFB available Monday - Thursday only.
PHONE: 508-520-4918CONTACT INFORMATION
PROJECT NUMBER: 2012-16
FAX: 508-541-5253
PROJECT:Multi Year On-Call Generator Maintenance, Repairs or New, 7/1/12 - 6/30/14.
ESTIMATED COST: $56,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:30 A.M.
ADDITIONAL INFORMATION There are no fees for the IFB.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Norma R. Collins, CPO EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
33
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Harwich, Town ofTown Administrator's Office 732 Main St.Harwich, MA 02645
Above agency address, 508-430-7513.
PHONE: 508-430-7508CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:The Town of Harwich is soliciting sealed bids from interested bidders for the manufacture and delivery of 129 custom windows to replace windows in three Historic Buildings located in Harwich.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/7/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Cafarelli EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Hatfield, Town ofSecretaries' Office59 Main St. Room 102Hatfield, MA 01038
Above agency address or online at www.townofhatfield.org.
PHONE: 413-247-0481CONTACT INFORMATION
PROJECT NUMBER: GCA-W-2012
FAX: 413-247-5029
PROJECT:The Town of Hatfield seeks sealed bids for Replacement Windows/Casements at Town Hall.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 4:30 P.M.
ADDITIONAL INFORMATION Bids must be mailed and received no later than the deadline at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Boudreau EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
34
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830
Online at www.ci.haverhill.ma.us or www.comm-pass.com, 4/30/12 at 11:00 A.M.
PHONE: 978-420-3606CONTACT INFORMATION
PROJECT NUMBER: Quote 043012
FAX: 978-521-4348
PROJECT:Repair Roof at the Wood School Day Care Center.
ESTIMATED COST: $20,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION The City reserves the right to reject any and all bids, in whole or in part, and to waive informalities that are in the City's best interests.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert DeFusco EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830
Online at www.ci.haverhill.ma.us or www.comm-pass.com, 5/2/12 at 10:00 A.M.
PHONE: 978-420-3606CONTACT INFORMATION
PROJECT NUMBER: Quote 050212
FAX: 978-521-4348
PROJECT:Repair Police Station roof and wall leaks.
ESTIMATED COST: $15,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION The City reserves the right to reject any and all bids, in whole or in part, and to waive informalities that are in the City's best interests.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert DeFusco EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
35
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830
Online at www.ci.haverhill.ma.us or www.comm-pass.com, 5/4/12 at 10:00 A.M.
PHONE: 978-420-3606CONTACT INFORMATION
PROJECT NUMBER: IFB049.12 - IFB053.12
FAX: 978-521-4348
PROJECT:On Call Maintenance for the following areas: AC Chiller Repair, General Boiler and Vessel, Electrical Repairs, Elevator Services and Plumbing Services.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/7/12 @ 2:00 P.M.
ADDITIONAL INFORMATION The City reserves the right to reject any and all bids, in whole or in part, and to waive informalities that are in the City's best interests.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert DeFusco EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Holliston, Town of Highway Department63 Arch St.Holliston, MA 01746
Above agency address, 5/10/12. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M.
PHONE: 508-429-0615CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-429-0624
PROJECT:Road rehabilitation hand work for various roadways. Work includes preparation and installation of bituminous concrete berm and hand work.
ESTIMATED COST: $40,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 10:30 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Anne Kellogg EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
36
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Holliston, Town ofHighway Department63 Arch St.Holliston, MA 01746
Above agency address, 5/10/12. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M.
PHONE: 508-429-0615CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-429-0624
PROJECT:Road rehabilitation (overlays) annual bid for various roads, includes bituminous surface course, adjust and rebuild drainage structures and installation of bituminous concrete berm.
ESTIMATED COST: $770,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Anne Kellogg EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Cert. and Department of
AGENCY:Lawrence, City ofCommunity Development Department225 Essex St. 3rd FloorLawrence, MA 01840
Above agency address, 5/10/12 at 1:00 P.M.
PHONE: 978-620-3514CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-722-9440
PROJECT:Renovations to Campagnone Common including site preparation/demolition, excavation, filling and grading, installation of prefabricated benches, trash receptacles and game tables, installation of playground equipment, granite work and landscaping.
ESTIMATED COST: $475,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 1:00 P.M.
ADDITIONAL INFORMATION Non-mandatory Pre-bid conference: 5/23/12 at 11:00 A.M. at the playground at Campagnone Common. Plan deposit is $25 in the form of a certified or cashiers's check or money order only.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Susan Fink EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
37
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Ludlow, Town ofDepartment of Public Works 198 Sportsmen's Rd.Ludlow, MA 01056
Above agency address, 5/10/12.
PHONE: 413-583-5625CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-589-1488
PROJECT:Annual Bid for Materials and Services. The Town of Ludlow will receive bids for furnishing materials and services as needed for the yearly period of 7/1/12 - 6/30/13.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:30 A.M.
ADDITIONAL INFORMATION Bids must be submitted addressed to Board of Public Works and marked "FY 2013 Annual Bid for Materials and Services". Bids will be received at the above agency address until the deadline, at which time they will be publicly opened in the BPW Conference Room. The Town of Ludlow reserves the right to accept or reject any or all bids and call for new bids. Contractors are required to comply with the Comm. of MA Dept of Labor and Industry Prevailing Wage Rates in accordance with M.G.L. c. 149, §§ 26 and 27D. The Town is an Equal Opportunity/Affirmative Action Employer.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Dzubek, Director EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Marshfield, Town of Board of Public Works 870 Moraine St.Marshfield, MA 02050
Tighe & Bond, 446 Main St., Worcester, MA 01608, Monday - Friday, 8:00 A.M. - 5:00 P.M. (holidays excluded).
PHONE: 857-205-4165CONTACT INFORMATION
PROJECT NUMBER: 2012-23
FAX:
PROJECT:Replacing/upgrading pumps, piping, controls, and the standby generator at the Main Lift Pump Station. The project also includes the construction of a new headworks facility at the Wastewater Treatment Facility that incorporates both screening and grit removal. Work at WWTF includes new screenings building, modification of aerated grit tank, addition of redundant aerated grit tank, installation of vactor tipping pad, construction of canopy roof and monorail system over the aerated grit tanks with a clamshell bucket for grit removal and construction of associated odor control, HVAC, electrical, yard piping and site improvements. The WWTF will remain fully operational and in compliance with the Town’s NDPES Permit.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Roofing & Flashing; Electrical; Painting; HVAC; Misc. & Ornamental Iron; Masonry.
SUB BID DEADLINE: 6/7/12 @ 2:00 P.M. GENERAL BID DEADLINE: 6/21/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/23/12 at 10:00 A.M. at the Marshfield Wastewater Treatment Facility, Joseph Driebeek Way, Marshfield. Deposit for printed documents is $200, payable to Tighe & Bond. The PDF version of documents is free of charge. Print and CD Bidding Documents will be mailed by U.P.S. Ground for $25 (non-refundable) or planholders may provide a UPS/FedEx account number for shipping. Separate sealed Bids, with the outer envelope marked "Town of Marshfield, Main Lift Station & Headworks Upgrade, Contract No. 2012-23,CWSRF 3594" and the name and address of the bidder, will be received at the above agency address, at which time they will be publicly opened and read aloud in Hearing Room 2. All Bids for this project are subject to the provisions of M.G.L. c. 149, §§ 44A - J. Bidding Documents are available for viewing at the above agency address, Monday - Friday, 8:00 A.M. - 4:30 P.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Karla King, Project Engineer EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
38
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Marshfield, Town ofPublic SchoolsAdministration Building76 South River St.Marshfield, MA 02050
Above agency address, 5/14/12.
PHONE: 781-834-5000CONTACT INFORMATION
PROJECT NUMBER: 21336
FAX:
PROJECT:Marshfield Public Schools Boiler Room Abatement and Window Abatement at Various Schools (South River, Eames Way, Daniel Webster, Martinson Elementary School) and Town Hall.
ESTIMATED COST: $400,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Site Walk-through: 5/17/12 at 10:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brian Adams Title: Facilities Manager EMAIL: [email protected] [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Maynard, Town ofDepartment of Public Works195 Main St.Maynard, MA 01743
Above agency address, 5/9/12 at 9:00 A.M.
PHONE: 978-897-1317CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-897-7290
PROJECT:Sidewalk Improvement Project, consists of sidewalk improvements along portions of Great Rd., Concord St. and Waltham St. Proposed improvements at each location will include constructing granite curbing and cement concrete sidewalks or hot mix asphalt sidewalk.
ESTIMATED COST: $272,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Bidders must be pre-qualified through the Pre-qualification and Contracts Manager of the Massachusetts Department of Transportation, 10 Park Plaza, Boston, MA 02116.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dorothy Portnoy EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
39
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Mental Health, Department of (DMH)25 Staniford St. Room 3078Boston, MA 02114
Above agency address, 5/9/12 - 5/29/12, 9:00 A.M. - 3:00 P.M. and 5/30/12, 9:00 A.M. - 1:00 P.M.
PHONE: 617-626-8054CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-626-8046
PROJECT:Replace Parking Lot Poles and Light Fixtures at the Quincy Mental Health Center, 460 Quincy Ave., Quincy.
ESTIMATED COST: $22,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 1:30 P.M.
ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 5/23/12 at 10:00 A.M. in the Lobby of the Quincy Mental Health Center, 460 Quincy Ave., Quincy.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kris Mishra EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Merrimac, Town of 4 School St.Merrimac, MA 01860
Above agency address, Attn.: Jennifer Penney or S.G.C. Engineering, LLC, 501 County Rd., Westbrook, ME 04092, Attn.: John M. Riordan, P.E., 207-347-8100.
PHONE: 207-347-8100CONTACT INFORMATION
PROJECT NUMBER: WATER 2-12
FAX: 207-347-8101
PROJECT:Provision and installation of a new in-ground water booster pump station consisting of two 123-gpm submersible pumps in eight-inch well casings connected to suction and discharge manifolds with ductile iron pipes, valves, and appurtenances, electrical controls and panels, new masonry block building which houses controls and a new 25kW natural gas standby power generator. Site work to include removal of trees and other vegetation and provisions of a modular block retaining wall, provision of natural gas and electric service, installation of 750 feet of new eight-inch water main and appurtenances and provision of temporary water service and provision and installation of a remotely located four-inch gate valve to isolate the new pressure zone.
ESTIMATED COST: $435,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/18/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Mandatory pre-bid conference: 6/1/12 at 10:00 A.M. at the above agency address. Copies of Contract Documents may be obtained from upon payment of a fee of $100 per set, payable to SGC Engineering, LLC, refundable to each bidder who returns the Bidding Documents in good condition within 15 days of the bid opening. Partial sets will not be distributed. All requests for mailed documents must be accompanied by an additional non-refundable fee of $25 to cover postage and handling. Documents will be sent via FedEx or UPS if bidder’s account number is provided, though the $25 fee will still apply. Separate checks to cover the deposit and mailing fees are requested.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John M. Riordan EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
40
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Methuen, City ofOffice of the Purchasing DirectorSearles Building41 Pleasant St. Suite 303Methuen, MA 01844
Above agency address, 5/9/12. Office Hours: Monday - Thursday, 8:00 A.M. - 4:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M.
PHONE: 978-983-8535CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-983-8972
PROJECT:Elevator repair and maintenance. Replace existing controller. Install new tape sector system. Install all new car, controller, machine room and hoisting wiring, including new traveling cables.
ESTIMATED COST: $30,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION For questions or to view the elevator at City Hall please call the Department of Public Works at 978-983-8545.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauri Antonacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Methuen, City ofPublic SchoolsSuperintendent of SchoolsQuinn Administration Building90 Hampshire St.Methuen, MA 01844
Above agency address, 5/9/12. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 978-983-8535CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-983-8972
PROJECT:Partial re-roofing (rubber roof) of one school and two other schools partial re-roofing (multiply asphalt roof).
ESTIMATED COST: $215,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 1:00 P.M.
ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/16/12 in front of the Timony Grammar School 45 Pleasant View St., Methuen. Bidders are required to attend the pre-bid conference in order to bid on this project.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauri Antonacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
41
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Methuen, City ofPublic SchoolsSuperintendent of SchoolsQuinn Administration Building90 Hampshire St.Methuen, MA 01844
Above agency address, 5/9/12. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 978-983-8535CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-983-8972
PROJECT:Removal of Old Carpets and cove base and new Installation of VCT Tile and Cove base.
ESTIMATED COST: $65,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid Inspection: 5/17/12 at 11:00 A.M. in front of the Tenney Grammar School, 75 Pleasant St., Methuen.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauri Antonacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Methuen, City ofPublic SchoolsSuperintendent of SchoolsQuinn Administration Building90 Hampshire St.Methuen, MA 01844
Above agency address, 5/9/12. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 978-983-8535CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-983-8972
PROJECT:Removal of existing concrete stairs and granite stair treads. form and place new concrete stairs and treads, removal of ramp concrete slab and replace at miscellaneous areas of the Comprehensive Grammar School.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 1:00 P.M.
ADDITIONAL INFORMATION Pre-bid walk-through: 5/16/12 at 1:00 P.M. in front of the Comprehensive Grammar School, 100 Howe St., Methuen.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauri Antonacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
42
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Methuen, Town ofPublic SchoolsSuperintendent of SchoolsQuinn Administration Building90 Hampshire St.Methuen, MA 01844
Above agency address, 5/9/12. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 978-983-8535CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-983-8972
PROJECT:Proposals on the purchase, delivery and installation of playground equipment at one Grammar School. Equipment to meet or exceed guidelines for Public Safety Pub. 325 and ISO 9001 certification standards.
ESTIMATED COST: $80,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Please contact Sandra Libby at 978-407-6307 with any questions.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauri Antonacci EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Middleborough, Town of Department of Public Works48 Wareham St.Middleborough, MA 02346
Above agency address, 5/3/12. Office Hours: Monday - Friday, 7:00 A.M. - 3:30 P.M.
PHONE: 774-766-4166CONTACT INFORMATION
PROJECT NUMBER: 2012-2
FAX:
PROJECT:Wood St. Culvert Replacement and Appurtenant Work.
ESTIMATED COST: $250,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 5/10/12 at 10:00 A.M. at the above agency address. Plan deposit is $50 per set (refundable), payable to G.I.O. Group, Inc. Requests for documents to be mailed may be made by sending an additional check for handling, payable to G.I.O. Group, Inc., 89 Rocky Meadow St., Middleborough, MA 02346.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brian P. Giovanoni, P.E. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
43
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Middleborough, Town ofPublic Schools30 Forest St.Middleborough, MA 02346
5/9/12 at 12:00 P.M.
PHONE: 508-946-2000CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-946-2004
PROJECT:Supply and install pre-school playground structure, including borders and fiber.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kathleen Piatelli EMAIL: kpiatelli@middleboro,k12.ma.us
CONTRACTOR QUALIFICATION:
AGENCY:Milford, Town of Highway Department30 Front St.Milford, MA 01757
Above agency address or by email request to [email protected], Monday - Friday, 7:00 A.M. - 3:00 P.M.
PHONE: 508-473-1274CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-634-2348
PROJECT:FY13 Type I Bituminous Concrete, Delivered and Spread.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Scott J. Crisafulli, Highway Surveyor EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
44
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Milford, Town of Highway Department30 Front St.Milford, MA 01757
Above agency address or by email request to [email protected], Monday - Friday, 7:00 A.M. - 3:00 P.M.
PHONE: 508-473-1274CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-634-2348
PROJECT:FY2013 Various Road Materials and Equipment Hire.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Scott J. Crisafulli, Highway Surveyor EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Millbury, Town ofPublic SchoolsSuperintendent's Office12 Martin St.Millbury, MA 01527
Above agency address, 5/7/12.
PHONE: 508-865-9501CONTACT INFORMATION
PROJECT NUMBER: 0186-1210
FAX: 508-865-0888
PROJECT:Install new LED Lighting at Millbury High School and Millbury's Town Common including LED Lights, materials and labor.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/4/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/23/12 at 10:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Richard G. Bedard, Jr. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
45
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Milton, Town ofDepartment of Public Works629 Randolph Ave.Milton, MA 02186
Above agency address, 5/14/12.
PHONE: 617-898-4870CONTACT INFORMATION
PROJECT NUMBER: D12-1
FAX: 617-698-1290
PROJECT:Drainage repair and improvements, to include replacement of damaged and collapsed drainlines by open cut methods (approximately 2,000 linear feet), as well as trenchless methods including cure-in-place pipe (approximately 700 linear feet) and short liners (approximately 200 linear feet). Improvements include installation of three catch basins and associated piping, root-cutting (approximately 2,000 linear feet) and cleaning and inspecting drain pipes (3,000 linear feet).
ESTIMATED COST: $325,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/1/12 @ 9:00 A.M.
ADDITIONAL INFORMATION Optional pre-bid meeting: 5/23/12 at 10:00 A.M. at Milton Town Hall, 525 Canton Ave., Milton. The bid opening will be held at Milton Town Hall.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dale Horsman EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Monson, Town ofCemetery Commissionc/o Selectmen's Office29 Thompson St.Monson, MA 01057
Above agency address, 5/9/12 at 1:00 P.M.
PHONE: 413-267-4100CONTACT INFORMATION
PROJECT NUMBER: CEM2012-01
FAX: 413-267-3726
PROJECT:Hillside Cemetery Stonewall Repairs. Project requires extensive masonry repair and associated work to repair historic stonewall around Hillside Cemetery, which dates back to the 1800's.
ESTIMATED COST: $150,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/7/12 @ 2:30 P.M.
ADDITIONAL INFORMATION Project is funded by Community Preservation Funds as a historic project and contractor will need to meet rigid specifications for maintenance of historic character of the stonewall.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Gretchen Neggers EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
46
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Needham, Town of Department of Public Facilities OperationsPublic Safety Administration BuildingAdministrative Office500 Dedham Ave. 2nd FloorNeedham, MA 02492
Above agency address or online at http://NeedhamMA.gov, 5/10/12 at 10:00 A.M.
PHONE: 781-455-7550 ext. 366CONTACT INFORMATION
PROJECT NUMBER: 13PFO-008B
FAX: 781-453-2510
PROJECT:The Town of Needham invites sealed bids for Hillside Window Air Conditioner Replacement at 28 Glen Gary Rd., Needham.
ESTIMATED COST: $30,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Mandatory Pre-Bid conference: 5/17/12 at 3:30 P.M. at Hillside School, 28 Glen Gary Rd., Needham. The Bid is subject to the provisions of M.G.L. c. 149. A 5% bid deposit is required. There is no charge for specs. Payment Bond and Insurance Coverage are required at the time of award.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Carys Lustig EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Needham, Town of Department of Public Works 500 Dedham Ave./Route l35Needham MA 02492
Above agency address or online at www.needhamma.gov/bids.aspx, 5/9/12 at 9:00 A.M.
PHONE: 781-455-7550 ext. 319CONTACT INFORMATION
PROJECT NUMBER: FY12-17-01
FAX: 781-449-9023
PROJECT:Highland Ave. Water Main Replacement: Unit Price Contract Bid (see Section 3.1, Article I) to Furnish labor, materials and equipment necessary for the installation of approximately 2,000 linear feet of new eight-inch ductile iron water main, valves, hydrants and services on Highland Ave.
ESTIMATED COST: $500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 5/15/10 at 10:00 A.M. in the Charles River Room at the above agency address. All bidders are strongly encouraged to attend. Drawings and Contract Documents are available upon payment of $25.00 (non-refundable) per set in the form of cash, company check, treasurer’s or cashier’s check or money order payable to Town of Needham, MA. Shipping is not included in the $25.00 fee. Sealed General Contract Bids will be received at the above agency address until the deadline, at which time they will be publicly opened and read aloud.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Stephen Nadeau, Contract Administrator EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
47
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Needham, Town of Public Works Department500 Dedham Ave.Needham, MA 02492
PHONE: 781-455-7550CONTACT INFORMATION
PROJECT NUMBER: 12-95-01
FAX: 781-449-9023
PROJECT:Hauling and Disposal Services.
ESTIMATED COST: $40,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION All bids must be accompanied by a bid deposit of not less than 5% of the value of the bid. 50% payment bond, 100% performance bond and insurance coverage required at time of award. Bids are subject to the provisions of M.G.L. c. 30, § 39M. Prevailing wages apply. The Town, acting through its Town Manager, reserves the right to reject any or all bids if it is in the public interest to do so or to waive minor informalities.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Dylan Cook EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:New Bedford, City ofHousing AuthorityModernization Office725 Pleasant St.New Bedford, MA. 02740
Online at www.BiddocsOnline.com, 5/9/12 after 8:30 A.M.
PHONE: 508-997-4852CONTACT INFORMATION
PROJECT NUMBER: NBHA 158-2012
FAX: 508-997-4825
PROJECT:Presidential Heights Management Office Accessibility Improvements, including small addition, chairlift, bathroom improvements.
ESTIMATED COST: $115,000.
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Walk-through: 5/17/12 at 1:00 P.M. at 159 Fillmore St., New Bedford. Bid documents are available for viewing at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Anne Shoemaker EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
48
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:New Bedford, City ofHousing AuthorityOffice of the Procurement Agent725 Pleasant St.New Bedford, MA 02740
Above agency address, 5/9/12 after 9:00 A.M.
PHONE: 508-997-4824CONTACT INFORMATION
PROJECT NUMBER: 12-119 Security Systems Maint.
FAX: 508-961-3081
PROJECT:Provide Enhanced Security Systems Service and Maintenance at various State and Federally aided public housing developments owned and operated by the New Bedford Housing Authority in New Bedford. The services to be provided include maintenance, service, design and installation of electronic and electro-mechanical access control and security-surveillance camera systems including Access control systems and related door hardware, internal security recorders monitors and cameras, as well as digital–wireless mesh video surveillance systems including timely response to correct any related problems as they arise.
ESTIMATED COST: $49,000/Year
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 9:00 A.M.
ADDITIONAL INFORMATION Mandatory Conference, Site Visit and Walk-Through: 5/23/12 at 10:00 A.M. at the above agency address. The initial term of the contract is for a one year period and includes four additional options to renew annually. The New Bedford Housing Authority may grant, at its sole discretion, an option to renew the contract each year after the initial year thereafter for a total contract period of not more than five years.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
James F. Costa EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:New Bedford, City ofHousing AuthorityOffice of the Procurement Agent725 Pleasant St.New Bedford, MA 02740
Above agency address, 5/9/12 after 9:00 A.M.
PHONE: 508-997-4824CONTACT INFORMATION
PROJECT NUMBER: 12-116 Exterior Painting
FAX: 508-961-3081
PROJECT:The New Bedford Housing Authority invites sealed bids for providing Exterior Painting at (AMP060-7003) Brickenwood. Anticipated start date is 6/7/12. Time of Completion is 21 days.
ESTIMATED COST: $25,250
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION To view the sites please contact James F. Costa at 508-997-4824 after 9:00 A.M. on 5/9/12.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
James F. Costa EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
49
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:New Bedford, City ofHousing AuthorityOffice of The Procurement Agent725 Pleasant St.New Bedford, MA 02740
Above agency address, 5/9/12 after 9:00 A.M.
PHONE: 508-997-4824CONTACT INFORMATION
PROJECT NUMBER: 12-117 Exterior Painting
FAX: 508-961-3081
PROJECT:The New Bedford Housing Authority invites sealed bids for Exterior Painting at (AMP030-7004) Westlawn. Anticipated start date is 6/7/12. Time of Completion is 18 days.
ESTIMATED COST: $21,325
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION To view the sites please contact James F. Costa at 508-997-4824 after 9:00 A.M. on 5/9/12.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
James F. Costa EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:New Bedford, City ofHousing AuthorityOffice of the Procurement Agent725 Pleasant St.New Bedford, MA 02740
Above agency address, 5/9/12 after 9:00 A.M.
PHONE: 508-997-4824CONTACT INFORMATION
PROJECT NUMBER: 12-118 Roofing Repair
FAX: 508-961-3081
PROJECT:The New Bedford Housing Authority invites sealed bids for providing Roofing Repair at (AMP060-7003) Brickenwood. Anticipated start date is 6/7/12. Time of Completion is 72 days.
ESTIMATED COST: $154,050
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 1:00 P.M.
ADDITIONAL INFORMATION To view the sites please contact James F. Costa at 508-997-4824 after 9:00 A.M. on 5/9/12.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
James F. Costa EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
50
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Newton, City of 1000 Commonwealth Ave. Room 204Newton, MA 02459
Above agency address or online at www.newtonma.gov/bids, 5/10/12 at 10:00 A.M.
PHONE: 617-796-1220CONTACT INFORMATION
PROJECT NUMBER: 12-82
FAX: 617-796-1227
PROJECT:Sewer House Connection Force Main at the Intersection of Quinobequin Rd. and East Quinobequin Rd.
ESTIMATED COST: $180,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 5/18/12 at 11:00 A.M. at the 136 East Quinobequin Road Pump Station, Newton. 5% Bid Surety Required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Maureen Lemieux, Interim Chief Procurement Officer EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:North Attleboro, Town of 43 South Washington St.North Attleboro, MA 02760
Above agency address, 5/7/12.
PHONE: 617-778-1464CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-348-2143
PROJECT:Fire Alarm upgrades at the Allen Avenue Elementary School, AMVENT Boulevard School and the Early Learning Center.
ESTIMATED COST: $400,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid site visit: 5/11/12 @ 2:00 P.M. at the Allen Avenue Elementary School.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Fabrizio Caruso EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
51
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:North Attleboro, Town of Department of Public WorksHighway Division49 Whiting St.North Attleboro, MA 02760
Above agency address, 5/9/12 at 8:00 A.M.
PHONE: 508-695-9621CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-643-0568
PROJECT:Line Painting (Annual Bid).
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mark Hollowell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:North Attleboro, Town of Department of Public WorksHighway Division49 Whiting St.North Attleboro, MA 02760
Above agency address, 5/9/12 at 8:00 A.M.
PHONE: 508-695-9621CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-643-0568
PROJECT:Trench Milling and Repaving (Annual Bid).
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mark Hollowell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
52
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:North Attleboro, Town of Department of Public WorksHighway Division49 Whiting St.North Attleboro, MA 02760
Above agency address, 5/9/12 at 8:00 A.M.
PHONE: 508-695-9621CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-643-0568
PROJECT:Installation Of Granite Curb and Sidewalks (Annual Bid).
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mark Hollowell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:North Attleboro, Town ofDepartment of Public WorksHighway Division49 Whiting St.North Attleboro, MA 02760
Above agency address, 5/9/12 at 8:00 A.M.
PHONE: 508-695-9621CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-643-0568
PROJECT:Cracksealing (Annual Bid).
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mark Hollowell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
53
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Orange, Town of Airport Commission80 Airport St.Orange, MA 01364
Airport Solutions Group, LLC, 390 Main St. Suite 100, Woburn, MA 01801, 5/9/12 at 12:00 P.M.
PHONE: 781-491-0083CONTACT INFORMATION
PROJECT NUMBER: AIP 3-25-0039-21-2012
FAX: 781-491-0360
PROJECT:The proposed work includes the reconstruction and marking of a portion of Taxiway 'A' (approximately 35 feet by 1,400 feet) and reconstruction of the Terminal Apron (approximately 8,900 square yards). The scope of work includes, but is not limited to, erosion control, pavement and drainage structure demolition, excavation, installation of new drainage systems, construction of a proposed pavement box, installation of electric system infrastructure, pavement markings, topsoiling and seeding.
ESTIMATED COST: $1,200,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael Bramhall EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Pembroke, Town ofEast Pembroke Community Club (EPCC)27 Taylor St.Pembroke, MA 02359
By contacting Steve Herrmann, EPCC President at [email protected].
PHONE: 781-733-2206CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Historic window and door restoration for an 1854 one room school house.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 5:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Stephen C. Herrmann EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
54
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Provincetown, Town of 260 Commercial St.Provincetown, MA 02657
Environmental Partners Group, Inc., 1900 Crown Colony Drive Suite 402, Quincy, MA 02169, Attn.: Deborah Nestel, 617-657-0200, 5/9/12, 8:30 A.M. - 4:30 P.M.
PHONE: 617-657-0200CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-657-0201
PROJECT:Furnishing all plant, labor, services, equipment, materials, devices, facilities and appurtenances for a new 1.2 million gallon per day membrane filtration water treatment plant. The membranes have been pre-purchased by the Town. The Contractor will install the membrane units as specified.
ESTIMATED COST: $4,325,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry; Misc Metals; Waterproofing, Dampproofing & Caulking; Roofing & Flashing, Painting, Plumbing, HVAC, Electrical
SUB BID DEADLINE: 5/30/12 @ 4:00 P.M. GENERAL BID DEADLINE: 6/19/12 @ 3:30 P.M.
ADDITIONAL INFORMATION Pre-bid meeting: 5/15/12 at 1:00 P.M. in the Judge Welch Room at the above agency address. Contract Documents may be obtained for a fee of $50 (non-refundable). Cash will not be accepted. Contract Documents will be mailed, if requested, upon receipt of a street address (no P.O. Box) suitable for commercial carrier delivery and an additional check in the amount of $50, payable to Environmental Partners Group as a non-refundable postage and handling fee.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Deborah Nestel EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Rockland, Town ofHousing Authority8 Studley CourtRockland, MA 02370
Above agency address, 5/9/12 at 9:00 A.M.
PHONE: 781-878-4156CONTACT INFORMATION
PROJECT NUMBER: MA 133
FAX: 781-871-6441
PROJECT:Kitchen Renovations to 13 kitchens at Garden Terrace. Work includes removal of existing wall and base cabinets, countertops, sinks and faucets. Supply and installation of new cabinets and countertops, new sinks and faucets, new vinyl flooring and wall base, new lighting and electrical upgrade. Install new ducted range hoods and two cooktops and wall ovens.
ESTIMATED COST: $78,500.
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Walk-through of sample kitchen: 5/21/12 at 10:00 A.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Carol Gunderway EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
55
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Rutland, Town of Community Hall Annex246 Main St.Rutland, MA 01543
Department of Public Works, 17 Pommogussett Rd., Rutland, MA 01543, 5/7/12. Office Hours: Monday - Thursday, 8:00 A.M. - 3:00 P.M.
PHONE: 508-886-4105CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-886-7804
PROJECT:Annual Road Resurfacing and Related Work.
ESTIMATED COST: $275,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Bids must be in a sealed envelope, plainly marked "Road Maintenance Construction".
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Gary Kellaher EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Salem, City ofPurchasing Department120 Washington St. 3rd FloorSalem, MA 01970
Above agency address, 5/9/12 after 10:00 A.M.
PHONE: 978-619-5695CONTACT INFORMATION
PROJECT NUMBER: N-51
FAX: 978-745-7461
PROJECT:Water Transmission Main Cleaning and Cement Mortar Lining at Sohier Rd., Beverly.
ESTIMATED COST: $1.3 Million
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 2:00 P.M.
ADDITIONAL INFORMATION A refundable fee of $100.00 is required for plans, payable to the City of Salem. A non-refundable fee of $25.00 is required for mailing of bid documents.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thomas P. Watkins EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
56
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Saugus, Town ofHousing Authority19 Talbot St.Saugus, MA 01906
Above agency address, 5/7/12 after 9:00 A.M.
PHONE: 781-233-2116CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-233-3531
PROJECT:Paving repairs in several areas at 2 Rice St. (Laurel Gardens), Saugus.
ESTIMATED COST: $24,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Site visit: 5/15/12 at 10:00 A.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Steven Whitehurst EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Somerville, City ofPurchasing Department93 Highland Ave.Somerville, MA 02143
Above agency address, 5/11/12 at 8:30 A.M.
PHONE: 617-625-6600 ext. 3412CONTACT INFORMATION
PROJECT NUMBER: IFB #12-69CD
FAX: 617-625-1344
PROJECT:Harris Park, a new urban park, at 15-25 Cross St., Somerville.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/4/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 5/21/12 at 11:00 A.M. at the above agency address. $50.00 fee for plans and specs. Davis Bacon Wage Rates Apply. 5% Bid Bond required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Karen Mancini EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
57
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Southborough, Town ofPublic School DistrictOffice of the Superintendent53 Parkerville Rd.Southborough, MA 01772
Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M.
PHONE: 508-486-5115CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-486-5123
PROJECT:Emergency, Repair and Maintenance Services for the Electrical Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Cheryl Levesque EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Southborough, Town ofPublic School DistrictOffice of the Superintendent53 Parkerville Rd.Southborough, MA 01772
Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M.
PHONE: 508-486-5115CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-486-5123
PROJECT:Emergency, Maintenance and Repair Services for the HVAC Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:30 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Cheryl Levesque EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
58
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Southborough, Town ofPublic School DistrictOffice of the Superintendent53 Parkerville Rd.Southborough, MA 01772
Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M.
PHONE: 508-486-5115CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-486-5123
PROJECT:Emergency, Repair and Maintenance of Plumbing Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:15 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Cheryl Levesque EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Southborough, Town ofPublic School DistrictOffice of the Superintendent53 Parkerville Rd.Southborough, MA 01772
Above agency address or by calling 508-486-5115 ext. 252, 5/9/12 at 9:00 A.M.
PHONE: 508-486-5115CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-486-5123
PROJECT:Installation, Maintenance and Repair Services for Roofing Systems at Southborough Public Schools. Initial contract period is for one year (7/1/12 - 6/30/13) with the option of two one-year extensions.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:45 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Cheryl Levesque EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
59
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Southbridge, Town of Office of the Town Manager41 Elm St.Southbridge, MA 01550
Above agency address, 508-764-5405, 5/1/12. Office Hours Monday - Wednesday, 8:00 A.M. - 4:00 P.M.; Thursday, 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M.
PHONE: 508-764-5403CONTACT INFORMATION
PROJECT NUMBER: 2012-1-WWTP
FAX: 508-764-2237
PROJECT:The Town of Southbridge requests sealed proposals for Sludge Conveyor Work: Pursuant to M.G.L. c. 30, § 39M, the Town of Southbridge is seeking a highly qualified contractor to supply all materials and labor required to completely repair and replace parts of the existing sludge conveyor system for the Wastewater Treatment Plant, 83 Dresser Hill Rd., Southbridge per specifications.
ESTIMATED COST: $80,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 5/16/12 at 10:00 A.M. at the WWTP, 83 Dresser Hill Rd., Southbridge. Any checks must be made out to the Town of Southbridge. Please refer to specifications for further detail on how to submit the proposal.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heather Blakeley EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Springfield, City of Office of Procurement36 Court St. Room 307Springfield, MA 01103
Online at www.comm-pass.com, 5/9/12 at 8:30 A.M.
PHONE: 413-787-6285CONTACT INFORMATION
PROJECT NUMBER: SPG-12-378
FAX: 413-787-6295
PROJECT:Painting of approximately 450,000 linear feet of double yellow center line markings, approximately 82,000 linear feet of 4" white lane lines, 150,000 linear feet of 12" white crosswalks and stop bars, 18,000 square feet of arrow and legend markings, 8,000 linear feet of yellow lane lines and 5,000 linear feet of 12" yellow lane lines and 19,200 linear feet of 4" white lane lines (hand work) throughout the City of Springfield.
ESTIMATED COST: $125,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Bidder must be pre-qualified by MassDOT in the specific class of work with a single contract limit at or above the dollar value of the project.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Maria Gomes EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
60
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Springfield, City ofHousing AuthorityP.O. Box 160925 Saab CourtSpringfield, MA 01101
S.H.A. Modernization Department, 117 Sanderson St. Rear, Springfield, MA 01107, 5/9/12 at 9:00 A.M.
PHONE: 413-785-1478CONTACT INFORMATION
PROJECT NUMBER: 425
FAX: 413-784-4555
PROJECT:Demolition of Tornado damaged building at 425 Central St.
ESTIMATED COST: $140,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Walk-through: 5/16/12 at 10:00 A.M. at 425 Central St., Springfield.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Naomi Dechristopher EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Stoughton, Town of ***CANCELLED***Public SchoolsOffice of the Superintendent232 Pearl St.Stoughton, MA 02072
Above agency address (Adams St. Entrance), 4/25/12 after 9:00 A.M.
PHONE: 781-344-4000 ext. 1227CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-344-6417
PROJECT:Installation of asphalt tennis courts.
ESTIMATED COST: $60,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/10/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joel Harding EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
61
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Stoughton, Town of ***RE-BID*** Board of Selectmen10 Pearl St.Stoughton, MA 02072
Engineering Department at the above agency address, 5/8/12.
PHONE: 781-232-9263CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-341-1086
PROJECT:Construction of Repairs to the Town of Stoughton Senior Center.
ESTIMATED COST: $15,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-Bid meeting: 5/15/12 at 9:00 A.M. at the Senior Center.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ben Fehan EMAIL:
CONTRACTOR QUALIFICATION:
AGENCY:Stoughton, Town ofPublic SchoolsOffice of the Superintendent232 Pearl St.Stoughton, MA 02072
Above agency address (Adams St. Entrance), 5/9/12 after 9:00 A.M.
PHONE: 781-344-4000 ext. 1227CONTACT INFORMATION
PROJECT NUMBER: HVAC
FAX: 781-344-6417
PROJECT:Three-year Service and Maintenance Contract for Heating, Ventilation and Air Conditioning (HVAC).
ESTIMATED COST: $30,000/Year
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joel Harding EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
62
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Stoughton, Town ofPublic SchoolsOffice of the Superintendent232 Pearl St.Stoughton, MA 02072
Above agency address (Adams St. Entrance), 5/9/12 after 9:00 A.M.
PHONE: 781-344-4000 ext. 1227CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-344-6417
PROJECT:Three-year contract for Fire Alarm Testing, Maintenance and Repair.
ESTIMATED COST: $15,000/Year
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:30 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joel Harding EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Taunton, City ofMunicipal Light Plant Commission55 Weir St.Taunton, MA 02780
Above agency address or by email request, 5/9/12, 8:00 A.M. - 4:30 P.M.
PHONE: 508-824-3149CONTACT INFORMATION
PROJECT NUMBER: IFB12-04
FAX: 508-823-6931
PROJECT:Electric Line Clearance Trimming to include all equipment, services, materials, labor and supervision to provide suitable conductor clearances within public and private ways of Berkley.
ESTIMATED COST: $175,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 5/15/12 at 3:00 P.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
George J. Mastin, Sr. TMLP Purchasing Administrator EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
63
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Tisbury, Town of P.O. Box 123951 Spring St.Vineyard Haven, MA 02568
Above agency address, 9:00 A.M. - 4:30 P.M. or by email request to [email protected].
PHONE: 508-696-4203CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-693-5876
PROJECT:The Town of Tisbury is seeking bids for the installation of nine filtration units, located at the Emergency Services Facility, 215 West Spring St., Tisbury. The units are manufactured by a company called Airmation based out of Rockford, IL. The units are used in conjunction with a separate filtration system mounted on the trucks themselves to filter the toxins in the air in order to keep the air in the vehicle bays safe to those in and around the area. The units should be mounted in no more than one week's time and and the electrical will be handled by a separate contractor. Work must begin within one to three days of bid award and completed by 5/30/12 at latest.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:30 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Bugbee EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Tyngsborough, Town of 25 Bryants LaneTyngsborough, MA 01879
5/10/12.
PHONE: 978-649-2314CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:The Town of Tyngsborough is seeking bids for the construction of a boardwalk and trail at the Sherburne Nature Center property located at 46 Coburn Rd., Tyngsborough.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 11:00 A.M.
ADDITIONAL INFORMATION The Town of Tyngsborough reserves the right to reject any or all bids, as well as any part of any or all bids, deemed not in the best interest of the Town. The Town reserves the right to waive any informalities in the bids.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael P. Gilleberto EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
64
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Uxbridge, Town of Department of Public Works147 Hecla St.Uxbridge, MA 01569
Above agency address, 5/9/12.
PHONE: 401-333-2382CONTACT INFORMATION
PROJECT NUMBER: DPW-2012-1
FAX: 401-333-9225
PROJECT:Douglas Pike Culvert Replacement. Contract includes removal and disposal of existing stone culvert, installation of new culvert, hot mix asphalt and other related civil and site work.
ESTIMATED COST: $40,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Bids will be received at the above agency address until the deadline. There will be no plan fee for contract documents. Direct inquiries to Angela Saunders, P.E., BETA Group, Inc. at 401-333-2382, Fax 401-333-9225 or [email protected]. Bids will be on a Unit Price basis. Bids are subject to requirements of M.G.L. c. 30, § 39M. Minimum Wage Rates determined by the Department of Workforce Development apply to this project. The combined MBE/WBE goal for this project is 10.4%. Contractors intending to bid on this project must be pre-qualified by MassDOT.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Angela Saunders, P.E., BETA Group, Inc. EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Waltham, City of Purchasing Department610 Main St.Waltham, MA 02452
Online at www.city.waltham.ma.us/open-bids or by email request to [email protected], 5/2/12.
PHONE: 781-314-3244CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:McDevitt School Floor Replacement, Phase 2.
ESTIMATED COST: $92,500
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Walk-through: 5/16/12 at 10:00 A.M. at the site.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Joseph P Pedulla, CPO EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
65
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Wayland, Town ofHousing Authority106 Main St.Wayland, MA 01778
Above agency address, 5/11/12 at 10:00 A.M.
PHONE: 508-655-6310 ext. 11CONTACT INFORMATION
PROJECT NUMBER: 2012.02
FAX: 508-655-8566
PROJECT:The Wayland Housing Authority (WHA), the Awarding Authority, invites sealed Bids from contractors for Site Improvements at the Cochituate Village Elderly Housing Development, 106 Main St., Wayland. The Project consists of, but is not limited to, the following: Site demolition; asphalt paving; concrete walks; granite curbs; granite paving strips; granite bollards with and without step lighting; removable steel bollards; parking signage; free-standing masonry pylon building sign; landscaping, including trees, shrubs and grass, at the Cochituate Village Elderly Housing Development.
ESTIMATED COST: $90,000 - $100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 5/23/12 at 10:00 A.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brian Boggia, Executive Director EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Wellesley, Town of Department of Public WorksDirector's Office2 Municipal WayWellesley, MA 02481
Above agency address, 5/17/12 at 12:00 P.M.
PHONE: 781-235-7600CONTACT INFORMATION
PROJECT NUMBER: Contract #13C-410-1470
FAX: 781-237-0047
PROJECT:Northern Basin Dredge and Town Beach Nourishment at Morses Pond in the Town of Wellesley.
ESTIMATED COST: $750,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 3:00 P.M.
ADDITIONAL INFORMATION Pre-bid meeting: 5/17/12 at 11:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David Hickey EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
66
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Westborough, Town of Department of Public Works131 Oak St.Westborough, MA 01581
Above agency address or by calling 508-366-3070, 5/9/12.
PHONE: 508-366-3070CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-366-3074
PROJECT:Supply Equipment and Labor for construction work throughout various locations in the Town of Westborough.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Maria-Elaina Riggieri EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Westfield, City of ***RE-ADVERTISED***59 Court St. ***SUB-BIDS ONLY***Westfield, MA 01085
By email request (preferred) to [email protected] or [email protected], 5/9/12 after 9:00 A.M.
PHONE: 413-572-6254CONTACT INFORMATION
PROJECT NUMBER: re rfq 2344
FAX: 413-572-1708
PROJECT:The City of Westfield is seeking Statements of Qualifications from General Contractors and Filed Sub-Bid categories as listed. The project consists of a new 97,573 GSF 600 student elementary school and associated site work to be constructed at the current 22 Ashley St. site in Westfield. The existing building will be unoccupied during construction, which is scheduled to commence in July 2012. The City of Westfield is seeking pre-qualification documents from the following sub-trades: Elevators; Fire Suppression; Glass and Glazing.
ESTIMATED COST: $36,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Elevators; Fire Suppression; Glass & Glazing
SUB BID DEADLINE: 5/25/12 @ 11:00 A.M. GENERAL BID DEADLINE:
ADDITIONAL INFORMATION This request for qualifications will be used to pre-qualify subcontractors, who will then be invited to submit bids pursuant to M.G.L. c. 149, § 44E as amended by St. 2004 c. 193. A list of the pre-qualified subcontractors will be provided to all pre-qualified bidders following the process. Only firms who are pre-qualified will be eligible to submit bids.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Tammy Tefft EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
67
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Westford, Town of Highway Department28 North St.Westford, MA 01886
Above agency address, 5/9/12 at 10:00 A.M.
PHONE: 978-692-5520CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-399-2726
PROJECT:Hot-in-Place Asphalt Recycling Heater Scarification of Existing Asphalt Pavement.
ESTIMATED COST: $100,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Bids will be accepted at the above agency address until the deadline, at which time they will be publicly opened and read aloud.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mary R. Blane EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Westford, Town of Highway Department28 North St.Westford, MA 01886
Above agency address, 5/9/12 at 10:00 A.M.
PHONE: 978-692-5520CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-399-2726
PROJECT:Painted Traffic Lines.
ESTIMATED COST: $30,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Bids will be accepted at the above agency address until the deadline, at which time they will be publicly opened and read aloud.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mary R. Blane EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
68
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Wilmington, Town ofTown Manager's Office121 Glen Rd.Wilmington, MA 01887
Above agency address, 5/9/12. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.
PHONE: 978-658-3017CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-658-6506
PROJECT:Furnish all labor, materials and equipment to remove, properly dispose of and replace roofing at the Wilmington Memorial Library, the Wildwood Early Childhood Center and the West Intermediate School.
ESTIMATED COST: $635,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/17/12 at 10:00 A.M. at the Public Buildings Office, 30 Church St., Wilmington and then proceeding to the individual building locations.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
George W. Hooper, II, Public Buildings Superintendent EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Worcester, City of Purchasing Division455 Main St. Room 201Worcester, MA 01608
Above agency address, Monday - Friday, 8:30 A.M. - 5:00 P.M. or online at at www.worcesterma.gov at the "Open Bids" link.
PHONE:CONTACT INFORMATION
PROJECT NUMBER: 5653-J2
FAX:
PROJECT:Resurfacing of Salisbury St., Webster St. and Boyce St., Contract M12-7.
ESTIMATED COST: $2,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
John Orrell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
69
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Berkshire Arts and Technology Charter SchoolOne Commercial PlaceAdams, MA 01220
Repro Systems, Inc., 20 Yorkshire Ave., Pittsfield, MA 01201, 5/15/12, 8:30 A.M. - 4:00 P.M.
PHONE: 413-458-5139CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-458-1639
PROJECT:Atrium Roof Covering and Rooftop Mechanical Equipment Replacement.
ESTIMATED COST: $35,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/5/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David J. Westall, R.A. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Berkshire Arts and Technology Charter SchoolOne Commercial PlaceAdams, MA 01220
Repro Systems, Inc., 20 Yorkshire Ave., Pittsfield, MA 01201, 5/16/12, 8:30 A.M. - 4:00 P.M.
PHONE: 413-458-5139CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-458-1639
PROJECT:Classroom 203 Project, Interior Alterations.
ESTIMATED COST: $35,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/6/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David J. Westall, R.A. EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
70
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Bristol Community College777 Elsbree St.Fall River, MA 02720
By contacting Philicia Pacheco at 508-678-2811 ext. 2216, 5/10/12.
PHONE: 508-678-2811CONTACT INFORMATION
PROJECT NUMBER: M32-12
FAX: 508-730-3279
PROJECT:Tennis Court Repairs, Bristol Community College.
ESTIMATED COST: $75,000.
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Leo Racine EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Bristol County Agricultural High School135 Center St.Dighton, MA 02715
William Starck Architects, Inc., 126 Cove St., Fall River, MA 02720, 5/9/12. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.
PHONE: 508-679-5733CONTACT INFORMATION
PROJECT NUMBER: REVISED
FAX: 508-672-8556
PROJECT:Removal of the existing fire escape and the installation of a new fire escape at the existing Main Building.
ESTIMATED COST: $20,000 - $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 1:00 P.M.
ADDITIONAL INFORMATION Pre-Bid walk-through: 5/16/12 at 3:00 P.M. A deposit of $40.00 per set is required in the form of a certified, business or cashier's check, payable to Bristol County Agricultural High School. Bidders requesting Contract Documents to be mailed must include a separate check for $35.00 (non-refundable) per set, payable to William Starck Architects, Inc. to cover shipping and handling costs.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Justin Vieira EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
71
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Capital Asset Management, Division of (DCAM) ***REVISED***1 Ashburton Place 16th Floor Room 1610 ***SUB-BIDS ONLY***Boston, MA 02108
DCAM Bid Room at the above agency address or online at www.comm-pass.com, 5/2/12. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.
PHONE: 617-727-4003CONTACT INFORMATION
PROJECT NUMBER: MCA0602 DC1
FAX: 617-727-5514
PROJECT:RFQs for Trade Contractors for Elevators, Plumbing, HVAC, and Electrical for the MassArt Center for Design and Media, Massachusetts College of Art and Design, Boston. Scope: Modification to existing GYM Building and transformation of space to classroom and entrance space.
ESTIMATED COST: $21,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Elevators (ECC $175,000), Plumbing (ECC $450,000), HVAC (ECC $2,500,000), Electrical (ECC $2,500,000).
SUB BID DEADLINE: 5/23/12 @ 12:00 P.M. GENERAL BID DEADLINE:
ADDITIONAL INFORMATION This is a Construction Management at Risk project under M.G.L. c. 149A. Interested firms must submit a Qualifications Statement by the deadline and be pre-qualified if they are later interested in bidding on this project. DCAM Certification applies to this process. This Request for Qualifications is the first part of a two-step selection process for Trade Contractors. First, interested firms must submit the Qualification Statement and then, at a later date, only the pre-qualified firms will be invited to submit bids for the category of work in which they were pre-qualified. This required Qualification Statement is different from DCAM Certification. All firms must be qualified for this project, even if they are already DCAM Certified. Construction Manager is Walsh Brothers. Inc. and the Designer is Ennead Architects.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
DCAM Bid Room EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Capital Asset Management, Division of (DCAM)One Ashburton Place Room 1610Boston, MA 02108
Above agency address, 5/9/12. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.
PHONE: 617-727-4003CONTACT INFORMATION
PROJECT NUMBER: SDM0801 HC2
FAX: 617-727-5514
PROJECT:Middlesex House of Correction Demolition of Barn: Demolition and removal of five buildings and structures, which includes walls, floor slabs and foundations, cut and cap utilities, removal of selected asphalt pavement, landscaping of disturbed areas and repair of a section of rock wall.
ESTIMATED COST: $260,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/25/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid informational meeting: 5/16/12 at 10:00 A.M. at the site. Contact Orville Henry at 617-727-4030 ext. 249. Category of Work is General Building Demolition. Every General Bidder must be certified by DCAM for no less than the bid price, plus all additional alternates. $50 (Refundable). Company check or money order made payable to the Commonwealth of Massachusetts. DCAM does not mail plans and specs. The Designer is PARE Corp., 10 Lincoln Rd. Suite 103, Foxboro, MA 02035, Contact: Andrew Chagnon, P.E., 508-543-1755.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
DCAM Bid Room EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
72
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Chelmsford Water District20 Watershed LaneChelmsford, MA 01824
Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 5/9/12.
PHONE: 978-577-1425CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-692-4578
PROJECT:Littleton Rd. and Mill Rd. Water Mains.
ESTIMATED COST: $400,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Refundable Plan Deposit is $50.00, Non-refundable Handling Fee is $25.00 in the form of two separate checks, payable to Stantec. A FedEx account number may be used to replace the handling fee.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
George R. Allan, P.E. EMAIL:
CONTRACTOR QUALIFICATION:
AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St. 6th FloorBoston, MA 02114
Above agency address, 5/9/12 after 10:00 A.M.
PHONE: 617-626-1428CONTACT INFORMATION
PROJECT NUMBER: P11-2664-M2A
FAX: 617-626-1449
PROJECT:Maintenance of Street Lighting Systems on DCR Parkways, Roadways and Properties at Various Locations, State-Wide: Consists of performing preventative maintenance, repair and replacement of defective lighting system on DCR parkways, roadways and properties.
ESTIMATED COST: $1,500,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid meeting: 5/16/12 at 10:00 A.M. in the 7th Floor Conference Room at the above agency address. Please bring a business card. Contractor must be DCR pre-qualified in Category 9-Other-Lighting-All-Types (including Highway and Street Lighting).
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Yvonne Jones, for Techanical Questions, JohnnieMae Cabral for CDs EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
73
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Convention Center Authority, Massachusetts ***RE-ADVERTISED***415 Summer St.Boston, MA 02210
Online at www.massconvention.com/rfp, 5/9/12.
PHONE:CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Construction Management at Risk for the Hynes Convention Center Ceiling Replacement Project. This RFQ is to pre-qualify and shortlist CM at Risk firms who will be invited to submit proposals in response to a request for proposals. The CM will provide pre-construction and construction service for a guaranteed maximum price (GMP). The project includes the removal and replacement of the ceiling under the Hynes Convention Center and above the Massachusetts Turnpike.
ESTIMATED COST: $7,500,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/30/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/22/12 at 1:00 P.M. at the Authority's Site Construction Office, 420 D St., Boston.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Theresa Ruane EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Convention Center Authority, Massachusetts415 Summer St.Boston, MA 02210
Online at www.massconvention.com/rfp, 5/9/12 at 9:00 A.M.
PHONE:CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:BCEC Roof AHU Roofing and Weatherproofing Repairs, Phase 2. Work includes installing roofing membrane on existing air handling units.
ESTIMATED COST: $750,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/21/12 at 10:00 A.M. at the Site Office, 420 D St., Boston. DCAM Category: Prime Roofer.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Theresa Ruane EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
74
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Developmental Services, Department of (DDS)Engineering Office500 Harrison Ave. Room 163Boston, MA 02128
Above agency address, 5/9/12 - 5/15/12, Monday - Friday, 9:00 A.M. - 4:00 P.M. and 5/23/12, 9:00 A.M. - 1:00 P.M.
PHONE: 617-624-7887CONTACT INFORMATION
PROJECT NUMBER: DDS 12-28
FAX: 617-624-7676
PROJECT:Renovate Bathroom: Remove and replace tub, install new tile, plumbing and electrical at 345 Dedham St., Wrentham. 30 calendar days for completion of this project.
ESTIMATED COST: $24,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Plans and Specs will not be emailed. Plans can be picked up or mailed out. Please call, fax or email for a request. Bid Deposit/Bid bond of 5% of the total bid price must secure each bid in the form of a bid bond, certified, treasurer's or cashier's check, payable to the Commonwealth of Massachusetts. Contractor must be capable of securing a performance and Payment bond of 100% of the contract price.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Sheila O'Brien EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Fitchburg State UniversityCapital Planning and Maintenance160 Pearl St.Fitchburg, MA 01420
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com (may be viewed electronically and hardcopy requested), 5/9/12.
PHONE: 978-665-3423CONTACT INFORMATION
PROJECT NUMBER: C805-2, Bid F115-12
FAX: 978-665-3682
PROJECT:155 North St. Phase 2 Fit-Out.
ESTIMATED COST: $290,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: 090007 Painting, 230000 HVAC, 260000 Electrical
SUB BID DEADLINE: 5/24/12 @ 2:00 P.M. GENERAL BID DEADLINE: 5/31/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 5/16/12 at 10:00 A.M. in the Dupont Building Conference Room 215, 299 North St., Fitchburg. Plan deposit is $40/set (refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Fitchburg State University reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ann Martin EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
75
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Mental Health, Department of (DMH)25 Staniford St. Room 3078Boston, MA 02114
Above agency address, 5/9/12 - 6/5/12, 9:00 A.M. - 3:00 P.M.
PHONE: 617-626-8053CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-626-8046
PROJECT:Boiler Replacement at the Pocasset Mental Health Center, 830 County Rd., Pocasset.
ESTIMATED COST: $191,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/6/12 @ 1:30 P.M.
ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 5/23/12 at 10:00 A.M. in the Main Lobby of the Pocasset Mental Health Center, 830 County Rd., Pocasset. Contractors are encouraged to have Asbestos sub-contractors attend. DMH does not mail plans and specs.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Gerald McCullough EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
By email request to Heidi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 20120-PW1 Item 1A
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC) on behalf of the MetroWest Regional Services Consortium (Consortium) representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for bituminous concrete paving services.
ESTIMATED COST: $740,130
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
76
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
By email request to Heidi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 1B
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for sidewalks construction reconstruction and repair.
ESTIMATED COST: $24,200
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 2
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for cold planing.
ESTIMATED COST: $47,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
77
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
By email request to Heidi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770x2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 3
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for pavement reclamation.
ESTIMATED COST: $50,851
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
By email request to Heidi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 5
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for crack sealing.
ESTIMATED COST: $147,015
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
78
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
By email request to Heidi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 7
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for guardrail.
ESTIMATED COST: $40,618
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Metropolitan Area Planning Council (MAPC)60 Temple Place 6th FloorBoston, MA 02111
By email request to Hiedi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 15 Roadway
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for roadway management (paving, milling, reclamation, pavement markings, etc.).
ESTIMATED COST: $715,324
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
79
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Metropolitan Area Planning Council60 Temple Place 6th FloorBoston, MA 02111
By email request to Hiedi Anderson at [email protected], 5/9/12 at 9:00 A.M.
PHONE: 617-451-2770 ext. 2065CONTACT INFORMATION
PROJECT NUMBER: MW 2012-PW1 Item 13
FAX: 617-423-0584
PROJECT:The Metropolitan Area Planning Council (MAPC), on behalf of the MetroWest Regional Services Consortium (Consortium), representing the following municipalities: Ashland, Natick, Sherborn and Southborough invites bids for grind and inlay.
ESTIMATED COST: $300,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/29/12 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heidi Anderson EMAIL: [email protected]
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Montachusett Regional Transit Authority (MART)1427R Water St.Fitchburg, MA 01420
Above agency address or by email request to [email protected], 5/9/12 at 10:00 A.M.
PHONE: 978-665-2205CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-345-9867
PROJECT:Installation of a 135kW DC photovoltaic distributed generation system. Installed on the roof of MART's facility. Installation area consists of three adjacent roof sections at approximately the same elevation. The system consists of, but is not limited to, 528 PV modules, three independent self-ballasted module mounting systems, three combiner boxes, three DC disconnect switches, one 135kW inverter, two AC disconnect switches, one PV production meter and data acquisition system, one new low voltage distribution panel and multiple AC and DC low voltage circuits. In addition, the installation of the PV system will require the facility’s main distribution panel to be upgraded to a 1000 ampere, 65kAIC, three phase/four wire 277/480 volt panelboard.
ESTIMATED COST: $980,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/1/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 5/17/12 at 10:00 A.M. RFP packages will not be opened publicly until 6/4/12.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Rose Brighenti EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
80
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Montachusett Regional Vocational Technical School District 1050 Westminster St.Fitchburg, MA 01420
Above agency address or by email request to [email protected], 5/10/12 after 9:00 A.M.
PHONE: 978-345-9200 ext. 5214CONTACT INFORMATION
PROJECT NUMBER: 2012-05
FAX: 978-345-9167
PROJECT:Sealed bids for purchase and installation of two heating, ventilation and air conditioning units above Student Support Services at Montachusett Regional Vocational Technical School.
ESTIMATED COST:
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bidders' conference: 5/14/12 at 3:00 P.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Tammy Lajoie EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:North Raynham Water District80 Baker Rd.Raynham, MA 02767
Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 5/9/12.
PHONE: 978-577-1425CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-692-4578
PROJECT:Construct District Garage Building.
ESTIMATED COST: $350,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Refundable Plan Deposit is $50.00, Non-refundable handling fee is $25.00 in the form of two separate Checks, payable to Stantec. A FedEx account number may be used in lieu of the handling fee. DCAM Certification is in General Building Construction required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
George R. Allan, PE EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
81
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128
Above agency address, 5/4/12.
PHONE: 617-568-5950CONTACT INFORMATION
PROJECT NUMBER: H206-C1
FAX: 617-568-5998
PROJECT:Entry Plaza Improvements at L.G. Hanscom Field, Bedford.
ESTIMATED COST: $95,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/6/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Bid Documents in electronic format may be obtained free of charge at the above agency address with any addenda or amendments that the Authority may issue and a printed copy of the Proposal form.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Wendy Riggs Smith EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Public Health, Department of Tewksbury HospitalCode Compliance Office365 East St.Tewksbury MA 01876-1998
Above agency address, 5/9/12 at 12:00 P.M.
PHONE: 978-851-7321 ext. 2802CONTACT INFORMATION
PROJECT NUMBER: TH5213-B
FAX:
PROJECT:Pump Repair Services: Qualified vendor to provide services to repair/rebuild and adjust malfunctioning pumps and associated control systems.
ESTIMATED COST: $15,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Walk-Through: 5/16/12 at 9:00 A.M. in the C1 Conference Room of the Saunders Building at the above agency address. No other walk-throughs will be scheduled. Plans/Specs will not be mailed, faxed or emailed. Tewksbury Hospital will arrange to have FedEx pick up these documents by emailing a request to [email protected] and including a mailing address, FedEx account number and phone and fax numbers. There is no charge for these documents.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Roger Gauthier, Maintenance Coordinator for External Programs EMAIL:
CONTRACTOR QUALIFICATION:
82
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Soldiers' Home in MassachusettsQuigley Building91 Crest Ave. 5th floorChelsea, MA 02150
For pick-up only at the above agency address, 5/9/12, 7:00 A.M. - 3:00 P.M.
PHONE: 617-887-7170CONTACT INFORMATION
PROJECT NUMBER: CHE NN 12-8
FAX: 617-887-7137
PROJECT:Sealed proposals for the provision of door replacement services on behalf of the Soldiers' Home in Massachusetts are being solicited.
ESTIMATED COST: $40,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Walk-through: 5/15/12 at 10:00 A.M. in the Quigley Building lobby at the above agency address. Bid documents will be available at no charge. No request for faxed or electronic copies will be honored.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Maniatis EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Soldiers' Home in MassachusettsQuigley Building91 Crest Ave. 5th FloorChelsea, MA 02150
For pick-up only at the above agency address, 5/9/12, 7:00 A.M. - 3:00 P.M.
PHONE: 617-887-7170CONTACT INFORMATION
PROJECT NUMBER: CHE NN 12-9
FAX: 617-887-7137
PROJECT:Sealed bids for the provision of DA Overflow Drain Line Replacement services are being solicited.
ESTIMATED COST: $20,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 11:00 A.M.
ADDITIONAL INFORMATION Walk-through: 5/15/12 at 11:00 A.M. in the Quigley Building lobby at the above agency address. Bid documents will be available at no charge. No request for faxed or electronic copies will be honored.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Maniatis EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
83
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Soldiers' Home in MassachusettsQuigley Building91 Crest Ave. 5th FloorChelsea, MA 02150
For pick-up only at the above agency address, 5/9/12, 7:00 A.M. - 3:00 P.M.
PHONE: 617-887-7170CONTACT INFORMATION
PROJECT NUMBER: CHE NN 12-5
FAX: 617-887-7137
PROJECT:Sealed proposals for the provision of Boiler #1 Refractory Replacement services are being solicited.
ESTIMATED COST: $23,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 12:00 P.M.
ADDITIONAL INFORMATION Walk-through: 5/15/12 at 12:00 P.M. in the Quigley Building lobby at the above agency address. Bid documents will be available at no charge. No request for faxed or electronic copies will be honored.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Maniatis EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/22/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606550
FAX: 617-973-8397
PROJECT:District 1: Traffic Signal Improvements at Various Locations.
ESTIMATED COST: $339,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/5/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
84
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/22/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606678
FAX: 617-973-8397
PROJECT:District 3: Scheduled and Emergency Tree Trimming and Removal at Various Locations.
ESTIMATED COST: $839,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/5/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/22/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606654
FAX: 617-973-8397
PROJECT:District 6: Application of Reflectorized Pavement Markings at Various Locations.
ESTIMATED COST: $585,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/5/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
85
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/15/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 604048
FAX: 617-973-8397
PROJECT:Easthampton: Concrete Bridge Superstructure Replacement (E-05-006) on Route 10/Northampton St. over the Manhan River (ABP).
ESTIMATED COST: $4,078,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/5/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/29/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606601
FAX: 617-973-8397
PROJECT:Chicopee - West Springfield: Bridge Deck Repairs and Related work (C-13-023=W-21-022) on Interstate 90 over the Connecticut River.
ESTIMATED COST: $4,185,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/12/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
86
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/29/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606594
FAX: 617-973-8397
PROJECT:District 3: Median Barrier Repairs, Including Concrete Coating (ASR) Application, at Various Locations on Interstate 90.
ESTIMATED COST: $303,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/12/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/29/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606457
FAX: 617-973-8397
PROJECT:District 4: Fence Repairs and Improvements at Various Locations.
ESTIMATED COST: $178,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/12/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
87
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/29/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606637
FAX: 617-973-8397
PROJECT:District 5: Scheduled and Emergency Bridge Substructure Repairs at Various Locations.
ESTIMATED COST: $1,998,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/12/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 5/29/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606697
FAX: 617-973-8397
PROJECT:District 5: Scheduled and Emergency Traffic Signal Repairs and Improvements at Various Locations.
ESTIMATED COST: $427,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/12/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
88
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 6/5/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606570
FAX: 617-973-8397
PROJECT:District 4: Scheduled and Emergency Drawbridge Operation, Repairs and Maintenance in the North and Northeast Areas.
ESTIMATED COST: $1,998,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/19/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 6/12/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606600
FAX: 617-973-8397
PROJECT:District 5: Scheduled and Emergency Drawbridge Repairs at Various Locations, Including Martha's Vineyard.
ESTIMATED COST: $2,012,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 6/26/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
89
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, 6/19/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 605911
FAX: 617-973-8397
PROJECT:Boston: Callahan Tunnel Vent Building #12 Exterior Facade Replacement at 201 North St.
ESTIMATED COST: $5,816,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Electrical, Waterproofing, Glass, Windows, Painting, Ironwork, Removal of Hazardous Material
SUB BID DEADLINE: 6/19/12 @ 2:00 P.M. GENERAL BID DEADLINE: 7/3/12 @ 2:00 P.M.
ADDITIONAL INFORMATION DCAM Category: General Building Construction.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: DCAM Cert. and Department of
AGENCY:University of Massachusetts - AmherstProcurement OfficeGoodell Building140 Hicks Way Room 407Amherst, MA 01003
Above agency address, 5/9/12.
PHONE: 413-545-0361CONTACT INFORMATION
PROJECT NUMBER: UMA12-50
FAX:
PROJECT:ISB Room 427 and Cafe Renovation. Final completion date based upon executed contract date is 11/2/12.
ESTIMATED COST: $475,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: 220000 Plumbing, 260000 Electrical, 230000 HVAC
SUB BID DEADLINE: 5/30/12 @ 12:00 P.M. GENERAL BID DEADLINE: 6/6/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 5/17/12 at 10:00 A.M. in the 1st Floor Lobby at the Integrated Science Building (ISB), 661 North Pleasant St., Amherst. Specs may be obtained upon receipt of a refundable deposit of $50.00 per set in the form of company, treasurer's, cashier's or bank check payable to UMass. A courier account number is required with the check in order to have the package mailed. Note: All sub-bidders must submit with their bid a valid DCAM Certificate of Eligibility and a valid DCAM Update Statement.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Peter Royer EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
90
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:University of Massachusetts - DartmouthFoster Administration Building285 Old Westport Rd. #008North Dartmouth, MA 02747
For Pick-up at the above agency address, 5/9/12, 9:00 A.M. - 4:00 P.M.
PHONE: 508-999-9223CONTACT INFORMATION
PROJECT NUMBER: DD12HF56
FAX: 508-999-8120
PROJECT:Track Repair and Re-surfacing.
ESTIMATED COST: $80,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION Site Visit: 5/16/12 at 1:00 P.M. at the Track. There is no plan deposit required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Doreen Arruda EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:University of Massachusetts Building Authorityc/o Joslin, Lesser & Associates, Inc.44 Pleasant St.Watertown, MA 02472
Online at www.joslinlesser.com, 5/9/12 at 9:00 A.M.
PHONE: 617-744-3116CONTACT INFORMATION
PROJECT NUMBER: UMBA 08-B5
FAX: 617-924-3800
PROJECT:Edward M. Kennedy Institute for the United States Senate, UMass Boston, RFQ for one Trade Contractor: Lathing and Plastering.
ESTIMATED COST: TBD
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/23/12 @ 2:00 P.M.
ADDITIONAL INFORMATION The RFQ will be posted on www.joslinlesser.com on 5/9/12. The SOQ is due on 5/23/12.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Tom Kerwin EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
91
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
By contacting MWRA's Document Distribution Office at 617-788-2575, 5/9/12.
PHONE: 617-242-6000CONTACT INFORMATION
PROJECT NUMBER: 7244A
FAX: 617-788-4896
PROJECT:Nut Island Switchgear Modifications. Contractor Category: Electrical.
ESTIMATED COST: $101,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/31/12 @ 3:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 5/16/12 at 10:30 A.M. in the Community Room at the Nut Island Headworks Facility, 147 Sea Ave., Quincy.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kevin McKenna EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Worcester CountySheriff's Office5 Paul X. Tivnan DriveWest Boylston, MA 01583
At the site visit only.
PHONE: 508-854-1831CONTACT INFORMATION
PROJECT NUMBER: WCSO-2012-002
FAX:
PROJECT:Paving project various areas.
ESTIMATED COST: $125,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 5/24/12 @ 10:00 A.M.
ADDITIONAL INFORMATION Mandatory site visit: 5/15/12 by appointment only.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mary Ann Reynolds EMAIL:
CONTRACTOR QUALIFICATION:
92
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Acton, Town of Town Manager's Office472 Main St.Acton, MA 01720
PROJECT NUMBER:PROJECT: Construction of Salt Storage Shed.
AWARDING AUTHORITY:
CONTACTCorey York
PHONE FAX:EMAIL: [email protected]
Works in Progress20 Farrell St.South Burlington, VT 05403
Gardner Construction & Industrial Services47 Olivine St.Chicopee, MA 01013
Northern Construction Service775 Pleasant St. Unit 11Weymouth, MA 02189
McGraw-Hill Construction Dodg34 Crosby Drive Suite 201Bedford, MA 01730
Bulk Storage, Inc.28101 South Yates Ave.Beecher, IL 60401
The BidClerk28 North Clark St. Suite 450Chicago, IL 60602
AGENCY:
Andover, Town of36 Bartlet St.Andover, MA 01810
PROJECT NUMBER: Bid No. 025/04-12/185PROJECT: Memorial Hall Library Rear Entrance Sidewalk Reconstruction.
AWARDING AUTHORITY:
CONTACTElaine M. Shola, Purchasing Agent
PHONE 978-623-8216 FAX: 978-623-8240EMAIL: [email protected]
Pavex, Inc.635 Lowell St.Methuen, MA 01844
Tasco Construction92 Stony Brook Rd.Belmont, MA 02478
93
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Andover, Town of36 Bartlet St.Andover, MA 01810
PROJECT NUMBER: RFP No. 009/04-12/185PROJECT: Design and Construction Administration Services for Andover Youth
Center, Andover.
AWARDING AUTHORITY:
CONTACTElaine M. Shola, Purchasing Agent
PHONE 978-623-8216 FAX: 978-623-8240EMAIL: [email protected]
A.R.C./Architectural Resources CambridgeFive Cambridge CenterCambridge, MA 02142
Bargmann Hendrie & Archetype, In300 A St.Boston, MA 02210-1710
O.M.R. Architects, Inc.543 Massachusetts Ave.Acton, MA 01720
Studio G Architects179 Boylston St.Jamaica Plain, MA 02130
William Starck Architects,Inc.126 Cove St.Fall River, MA 02720
G.M.I. Architects Boston 45 Newbury St. Suite 503Boston, MA 02116
Maguire Group, Inc.211 Congress St.Boston, MA 02110
Lamoureux Pagano Associates Architects, Inc.108 Grove St. Suite 300Worcester, MA 01605
C.B.I. Consulting, Inc.250 Dorchester Ave.Boston, MA 02127
Davis Square Architects, Inc.240A Elm St.Somerville, MA 02144
B.S.C. Group, Inc.15 Elkins St.Boston, MA 02127
J.C.J. Architecture 2 Grand Central Tower140 East 45th St.New York, NY 10017
L.D.A. Architecture & Interiors222 Third St. Suite 3212Cambridge, MA 02142
McGinley Kalsow & Associates, InP.O. Box 45248324 BroadwaySomerville, MA 02145
Peterman Architects, Inc.10 Concord Crossing Suite 230Concord, MA 01742
Next Phase Studios344 Boylston St.Boston, MA 02116
Tetra Tech, Inc.1 Grant St.Framingham, MA 01701
Systems Administrator Associate221 Hampshire St.Cambridge, MA 02139
Warner Larson, Inc.130 West BroadwayBoston, MA 02127
Turowski2 Architecture, Inc.P.O. Box 1290313 Wareham Rd.Marion, MA 02738
C.D.W. Consultants, Inc.40 Speen St. Suite 301Framingham, MA 01701
DesignLab Architects, Inc.35 Channel Center St. Suite 103Boston, MA 02210
Allen Lieb Architects & AssociatesP.C.89 Newbury St. Suite 301Danvers, MA 01923
Isgenuity321 Summer St. Suite 401Boston, MA 02210-1725
Edward Rowse Architects, Inc.2 Hampshire St. Suite 106Foxboro, MA 02035
H.M.F.H. Architects, Inc.130 Bishop Allen DriveCambridge, MA 02139
Lozano, Baskin & Associates, Inc.205 Mount Auburn St.Watertown, MA 02472
Schwartz/Silver Architects, Inc.75 Kneeland St.Boston, MA 02111
Pare Corp.8 Blackstone Valley PlaceLincoln, RI 02865
L.L.B. Architects/Lerner Ladds Bar161 Exchange St.Pawtucket, RI 02860
Garofalo Design Associates, Inc.214 Lincoln St. Suite 208Boston, MA 02134
Intent Architects33 High St. Suite 3Reading, MA 01867
M.P.D.L. Studio112 Shawmut Ave. Suite 6bBoston, MA 02118
Holzman Moss Bottino Architectur214 West 29th Street Tower 17th FNew York, NY 10001
Drummey Rosane Anderson, Inc.Colby Hall141 Herrick Rd.Newton Centre, MA 02459
94
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Andover, Town of36 Bartlet St.Andover, MA 01810
PROJECT NUMBER: RFQ No. 001/03-12/185PROJECT: Qualifications from Trade Contractors for the Bancroft Elementary
School Project.
AWARDING AUTHORITY:
CONTACTElaine M. Shola, Purchasing Agent
PHONE 978-623-8216 FAX: 978-623-8240EMAIL: [email protected]
P.C.M. Construction Co. Inc.81 Westford Rd.Ayer, MA 01432
K. & K. Acoustical Ceilings, Inc.1881 Main St. #7Tewksbury, MA 01876
Ryan IronworksP.O. Box 1591830 BroadwayRaynham, MA 02767
Embree Elevator26 Farrar St.Lynn, MA 01901-1602
Bello Painting Co., Inc.585 East St.Weymouth, MA 02189
Custom Glass & Aluminum Co., In120 Lumber Lane Building 4 Unit Tewksbury, MA 01876
Acoustek, Inc.20 Ventura DriveDartmouth, MA 02747
Zeraschi & Sons, Inc.106 Main St. Unit 6Stoneham, MA 02180
Falite Brothers, Inc.9 BroadwayWakefield, MA 01880
Richman Corp.65 Liberty St.Quincy, MA 02169
C. & G. Suspended Ceilings, Inc.P.O. Box 413Lowell, MA 01853-0413
Arrow Floor/Carpet OneShawsheen Plaza 207 North Main St.Andover, MA 01810
Joseph Cohn & Son Tile & TerrazzLLC50 Devine St.North Haven, CT 06473
L.A.L. Masonry, Inc.27 Ferncliff Ave.Saugus, MA 01906
AGENCY:
Bellingham, Town of Public Schools60 Harpin St.Bellingham, MA 02019
PROJECT NUMBER: 12-05.22PROJECT: Replacement of 50 glass window panes and aggregate panel sealing
at Stall Brook Elementary School, 342 Hartford Ave., Bellingham.
AWARDING AUTHORITY:
CONTACTMichael Roche
PHONE 508-883-1706 FAX: 508-883-5089EMAIL: [email protected]
Coulter Construction27 Porter St.Billerica, MA 01821
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
iSqFt5 Commonwealth Ave. Unit 5Woburn, MA 01801
CProjects.com30 Controls Drive Suite 200Shelton, CT 06484
New England School Services98 Hicks Ave.Medford, MA 02155
Glass & Mirror, Inc.190 BroadwaySomerville, MA 02145
AGENCY:
Belmont, Town of Office of Community Development19 Moore St.Belmont, MA 02478
PROJECT NUMBER:PROJECT: Full depth road reconstruction of various roadways in the Town of
Belmont. Additional improvements include handicap ramps and sewer and drainage improvements at various locations town wide.
AWARDING AUTHORITY:
CONTACTGlenn R. Clancy, P.E.
PHONE 617-993-2650 FAX: 617-993-2651EMAIL:
Sunshine Paving Corp.89 Meadowbrook Rd.North Chelmsford, MA 01863
C.D.C./Construction Data Co.1 Oak Brook Terrace Suite 510Oak Brook, IL 60181
Newport Construction Corp.164 Burke St. Suite 1ANashua, NH 63060
Lazaro Paving800 Mt. Laurel CircleShirley, MA 01464
A.R. Belli, Inc.271 Nevada St.Newtonville, MA 02460
95
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Cambridge, City of Purchasing Department795 Massachusetts Ave.Cambridge, MA 02139
PROJECT NUMBER: 5767PROJECT: Cambridge Cemetery Staircase Restoration 2012.
AWARDING AUTHORITY:
CONTACTCynthia H. Griffin
PHONE 617-349-4310 FAX: 617-349-4008EMAIL: [email protected]
Acme Waterproofing Co., Inc. 241 West Water St.Rockland, MA 02370
Aden Construction, Inc. 5 Duval Rd.Dudley, MA 01571
All Star Historical Cast Iron Restoration 8 Hood Farm Rd.Ipswich, MA 01938
Cali Corp.5 Victoria Circle Natick, MA 01760
DiBara Enterprises 25 Howard St.Fitchburg, MA 01420
Eagle Point Builders, Inc.54 Burnham St.Belmont, Ma 02178
East Coast Developments, Inc. 126 Main St. Unit #2 North Reading, MA 01864
Folan Waterproofing & Construc795 Washington St. South Easton, MA 02375
NELM Corp. Construction 5 Park Ave. Carver, MA 02330
New England Steel, Inc. 1655 Elmwood Ave. Building 43 Cranston, RI 02920
Roger A. Tremblay Contractors, In10 Colonial Rd. Suite 4 Salem, MA 01970
T.M. Masonry 20 Grove St. Fall River, MA 02720
iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801
ProjectDog 18 Graf Rd. Newburyport, MA 01950
AGENCY:
Cambridge, City of Purchasing Department795 Massachusetts Ave.Cambridge, MA 02139
PROJECT NUMBER: 5784PROJECT: Glacken Slope Restoration, Phase 4.
AWARDING AUTHORITY:
CONTACTCynthia H. Griffin
PHONE 617-349-4310 FAX: 617-349-4008EMAIL: [email protected]
Hugo Key & Son, Inc. 51 America's Cup Ave. Newport, RI 02840
J.J. Phelan & Son Co., Inc. 120 Lumber Lane Tewksbury, MA 01876
Linwood Construction Co., Inc. 331 Montvale Ave. Suite 330 Woburn, MA 01801
NELM Corp. Construction 5 Park Ave. Carver, MA 02330
Netco 21 Worthen Rd.Lexington, MA 02421
Roger A. Tremblay Contractors, In10 Colonial Rd. Suite 4 Salem, MA 01970
Sumco Eco-Contracting, LLC 16 Front St. Suite 206 Salem, MA 01970
ValleyCrest Landscape Maintena1010 Pleasant St.Belmont, MA 02478
iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801
ProjectDog 18 Graf Rd. Newburyport, MA 01950
J.N.J. Sacca, Inc. 92 Spy Pond Parkway Arlington, MA 02474
AGENCY:
Dracut, Town of 62 Arlington St.Dracut, MA 01826
PROJECT NUMBER:PROJECT: Dracut High School Additions and Renovation.
AWARDING AUTHORITY:
CONTACTPaul Kalous, Owner's Project Manager
PHONE 617-778-0951 FAX: 617-778-0999EMAIL: [email protected]
Control Technologies, Inc.21-H Olympia Ave.Woburn, MA 01801
96
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Franklin, Town of 355 East Central St.Franklin, MA 02038
PROJECT NUMBER: 2012-16PROJECT: On-Call Generator Services.
AWARDING AUTHORITY:
CONTACTNorma Collins
PHONE 508-553-4866 FAX: 508-541-5253EMAIL: [email protected]
Power Products Systems, LLC107 Audubon Rd.Wakefield, MA 01880
Kraft Power199 Wildwood Ave.Woburn, MA 01801
Power Equipment Co.7 Franklin McKay DriveAttleboro, MA 02703
Power Up Generator Service Co.8 Priscilla Lane Unit 6Auburn, NH 02032
AGENCY:
Franklin, Town of 355 East Central St.Franklin, MA 02038
PROJECT NUMBER: 2012-14PROJECT: On-call Refrigeration Service.
AWARDING AUTHORITY:
CONTACTNorma Collins
PHONE 508-553-4866 FAX: 508-541-5253EMAIL: [email protected]
Victory Mechanical Services, Inc.115 Mendon St.Bellingham, MA 02019
Atlantic Refrigeration of Hudson, I9 Bonazzoli Ave.Hudson, MA 01749
Cooling & Heating Specialists, Inc151A California St.Newton, MA 02458
P.J. Kennedy36 Gibson St.Boston, MA 02122
Jasco Electric456 West Central St.Franklin, MA 02038
AGENCY:
Franklin, Town of355 East Central St.Franklin, MA 02038
PROJECT NUMBER: 2012-17PROJECT: Grove St. Water Main Project.
AWARDING AUTHORITY:
CONTACTNorma Collins
PHONE 508-553-4866 FAX: 508-541-5253EMAIL: [email protected]
Cedrone, Inc.231 Rangeway Rd.North Billerica, MA 01862
D. & F. Afonso Builders189 Main St.Milford, MA 01757
C.N. Corp.106 Richmond Rd.Assonet, MA 02702
Five Oaks Construction Co., Inc.152 Broadmeadow Rd.Groton, MA 01450
Gravity Construction, Inc.26 Fales Rd.Plainville, MA 02762
Commonwealth Construction & Utilities, Inc.P.O. Box 692Maynard, MA 01754
E.J. Prescott159 Manley St.Brockton, MA 02310
Blue Diamond Equipment Co.73 East Belcher Rd.Foxboro, MA 02035
AGENCY:
Lynn, City ofPurchasing Department3 City Hall Square Room 205Lynn, MA 01901
PROJECT NUMBER: 03-107PROJECT: Retaining Wall Improvements at Dearborn Ave. for the City of Lynn
Department of Public Works.
AWARDING AUTHORITY:
CONTACTCharles E.White
PHONE 781-586-6893 FAX: 781-477-7027EMAIL: [email protected]
Caruso & McGovernOne Industrial WayGeorgetown, MA 01833
97
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Marlborough, City of 140 Main St.Marlborough, MA 01752
PROJECT NUMBER: Contract No. ED 2011-21PROJECT: Bridge St. Culvert Extension and Headwall Construction.
AWARDING AUTHORITY:
CONTACTChristopher S. LaFreniere
PHONE 508-624-6910 ext. 7202 FAX: 508-624-7699EMAIL: [email protected]
Aqua Line Utility, Inc.268 Washington St.East Bridgewater, MA 02333
Barrows Contracting, Inc.37 North St.Upton, MA 01568
Tro-Con Corp.5 Skyview Rd.Woburn, MA 01801
Kenefick Corp.15 Edgeworth Rd.Quincy, MA 02171
AGENCY:
Middleton, Town of 48 South Main St.Middleton, MA 01949
PROJECT NUMBER:PROJECT: Middleton Fire Station Insulation Repair, a one-story masonry fire
station located at 4 Lake St., Middleton.
AWARDING AUTHORITY:
CONTACTCharlie Van Voorhis, RA
PHONE 508-993-6567 FAX: 508-993-6581EMAIL: [email protected]
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
Roger A. Tremblay Contractors, In10 Colonial Rd. Suite 4Salem, MA 01970
North Hill Construction19 North Hill DriveLynnfield, MA 01940
Kneeland Construction Corp.407R Mystic Ave. Suite 34BMedford, MA 02155
iSqFtc/o Service Point5 Commonwealth Ave.Woburn, MA 01801
Works in Progress 20 Farrell St.South Burlington, VT 05403
EaglePoint Builders, Inc.54 Burnham St.Belmont, MA 02478
Aden Construction, Inc.5 Duval Rd.Dudley MA 01571
AGENCY:
Peabody, City of Purchasing Department24 Lowell St.Peabody, MA 01960
PROJECT NUMBER:PROJECT: Window Replacement at the Burke Elementary School.
AWARDING AUTHORITY:
CONTACTDaniel Doucette
PHONE 978-538-5901 FAX:EMAIL:
Paul Rogan Co., Inc.25 Hayward St.Braintree, MA 02184
Lambrian Construction Corp.384 Washington St.Westwood, MA 02090
ProjectDog18 Graf Rd.Newburyport, MA 01950
North East Energy Control148 North Franklin St.Holbrook, MA 02343
Lockheed Window Corp.Route 100Pascoag, RI 02859
98
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Peabody, City of Purchasing Department24 Lowell St.Peabody, MA 01960
PROJECT NUMBER:PROJECT: Roof Replacement at Welch Elementary School.
AWARDING AUTHORITY:
CONTACTDaniel Doucette
PHONE 978-538-5901 FAX:EMAIL:
Greenwood Industries, Inc.50 Howe Ave.Millbury, MA 01527
Hall Sheetmetal Works, Inc.11 River St.Middleton, MA 01949
L.A.L. Masonry Co., Inc.27 Ferncliff Ave.Saugus, MA 01906
ProjectDog18 Graf Rd.Newburyport, MA 01950
P.J. Spillane Co.97 Tileston St.Everett, MA 02149
AGENCY:
Peabody, City of Purchasing Department24 Lowell St.Peabody, MA 01960
PROJECT NUMBER:PROJECT: Corridor Realignment and Re-design of Main St.
AWARDING AUTHORITY:
CONTACTDaniel Doucette
PHONE 978-538-5901 FAX:EMAIL:
Strada Construction 1236 Eastern Ave.Malden, MA 02148
P.V. Barone Corp.18 Central St.Winthrop, MA 02152
Newport Construction164 Burke St.Nashua, NH 03060
AGENCY:
Peabody, City of Purchasing Department24 Lowell St.Peabody, MA 01960
PROJECT NUMBER:PROJECT: 45 Walnut St. Site Remediation and Park Development.
AWARDING AUTHORITY:
CONTACTDaniel Doucette
PHONE 978-538-5901 FAX:EMAIL:
C.R.C.77 Federal Ave.Quincy, MA 02169
Tufts, Inc.142 Mystic Ave.Medford, MA 02155
Unified Contracting, Inc.381 Third St.Everett, MA 02149
R.C. & D., Inc.17 Gordon Ave.Providence, RI 02905
S. & R. Corp.706 Broadway St.Lowell, MA 01854
Farneses Construction, Inc.78 Schanada DriveNewmarket, NH 03857
J. D'Amico, Inc.10 York Ave.Randolph, MA 02368
iSqFt5 Commonwealth Ave.Woburn, MA 01801
Wes Construction Corp.650 Industrial DriveHalifax, MA 02338
T.M.C. EnvironmentalOne William WayBellingham, MA 02019
Sumco6 Front St.Salem, MA 01970
Charter560 Harrison Ave.Boston, MA 02118
J.J. Phelan & Son120 Lumber LaneTewksbury, MA 01876
Strada Construction 1236 Eastern Ave.Malden, MA 02148
M.C.M.Four A St.Burlington, MA 01803
Argus Construction Corp.363 Great Rd.Bedford, MA 01730
E.G. Northeast185 Industrial Rd.Wrentham, MA 02093
W.L. French Excavating Corp.3 Survey CircleNorth Billerica, MA 01862
99
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Pittsfield, City of 70 Allen St.Pittsfield, MA 01201
PROJECT NUMBER: 12-047PROJECT: PHS Basement Renovations.
AWARDING AUTHORITY:
CONTACTColleen Hunter-Mullett, MCPPO
PHONE 413-499-9470 FAX: 413-499-9463EMAIL:
Burke Construction6 Renfrew St.Adams, MA 01220
Berkshire Carpet, Inc.441 Curran HighwayNorth Adams, MA 01247
Gable Electric5 Westview Rd.Pittsfield, MA 01201
Interior Specialties8 Sparrow St.Adams, MA 01220
David J. Tierney, Jr., Inc.169 Gale Ave.Pittsfield, MA 01201
Salco Construction 77 Fourth St.Pittsfield, MA 01201
M. & W. Heating272 Hubbard Ave.Pittsfield, MA 01201
Collins Electric Co.446 Hubbard Ave.Pittsfield, MA 01201
iSqFt4500 Lake Forest Drive Suite 502Cincinnati, OH 45242-3728
Central Ceilings, Inc.36 Norfolk Ave.South Easton, MA 02375
ProjectDog18 Graf Rd. Suite 8Newburyport, MA 01950
Reed Construction Data30 Technology Parkway South Su500Norcross, GA 30092
Comalli Electric7 Westview Rd.Pittsfield, MA 01201
Sommer Electric60 Printworks DriveAdams, MA 01220
Abide, Inc.P.O. Box 886483 Shaker Rd.East Longmeadow, MA 01028
Geary Builders165 East View DriveCheshire, MA 01225
Baystate Contracting Services352 Albany St.Springfield, MA 01105
R.A.C. Builders, Inc.12 School St.Agawam, MA 01001
Ashley Swift & Sons992 Massachusetts Ave. Suite 1North Adams, MA 01247
McGraw Hill Construction3315 Central Ave.Hot Springs, AR 71913
AGENCY:
Pittsfield, City of 70 Allen St.Pittsfield, MA 01201
PROJECT NUMBER: 12-050PROJECT: Fence Installation on Dewey Ave.
AWARDING AUTHORITY:
CONTACTColleen Hunter-Mullett, MCPPO
PHONE 413-499-9470 FAX: 413-499-9463EMAIL:
Berkshire Fence1625 West Housatonic St.Pittsfield, MA 01201
iSqFt4500 Lake Forest Drive Suite 502Cincinnati, OH 45242-3728
All American Fence100 Marble St.Lee, MA 01238
Commonwealth Guardrail132 Apremont WayWestfield, MA 01085
AGENCY:
Wendell, Town of Selectboard9 Morse Village Rd.Wendell, MA 01379
PROJECT NUMBER: HWY01PROJECT: Bridge Replacement at Cooleyville Rd. over Swift River.
AWARDING AUTHORITY:
CONTACTMargo Campbell
PHONE 413-584-4776 FAX: 413-584-3157EMAIL: [email protected]
Hugo Key & Sons, Inc.P.O. Box 651 America’s Cup Ave.Newport, RI 02840
United Concrete Products173 Church St.Yalesville, CT 06492
Dailey Precast LLC295 Airport Rd.Shaftsbury, VT 05262
100
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Wendell, Town of Selectboard9 Morse Village Rd.Wendell, MA 01379
PROJECT NUMBER: HWY01PROJECT: Bridge Replacement at Cooleyville Rd. over the Swift River.
AWARDING AUTHORITY:
CONTACTMargo Campbell
PHONE 413-584-4776 FAX: 413-584-3157EMAIL: [email protected]
New England Infrastructure13 Brent DriveHudson, MA 01749
Kenefick Corp.15 Edgeworth Rd.Quincy, MA 02171
AGENCY:
Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325
PROJECT NUMBER: FMP-12-147 (RFB No. 26 FY12)PROJECT: Bridgewater State University Demolition at 41 and 47 Plymouth St.
Properties: Furnishing of all labor, material and supervision necessary for the demolition and removal of the residences, including outbuildings, at 41 and 47 Plymouth St., Bridgewater, including shed/garage, greenhouse, foundations, septic/cesspool, rock well structure, driveway bituminous and concrete and back filled with clean fill. Work to start approximately 5/7/12 and be completed by 5/18/12.
AWARDING AUTHORITY:
CONTACTDiane Chagnon
PHONE 508-531-2213 FAX: 508-531-6130EMAIL: [email protected]
iSqFt4500 Lake Forest DriveCincinnati, OH 45242
Federal Construction Corp.50 Salem St.Lynnfield, MA 01940
Environmental Restoration40 Messina DriveBraintree, MA 02184
NASDI, LLC1365 Main St.Waltham, MA 02451
Costello Dismantling2 Rocky Gutter St.Middleboro, MA 02346
R.J. Roy & Sons, Inc.44 Center Hill DrivePlymouth, MA 02360
Dandel Construction, Inc.365 Concord St.Rockland, MA 02370
Francesco Demolition12 Canoe Club LanePembroke, MA 02359
Trident62 Lacombe St.Marlborough, MA 01752
Dowling Corp.713 Dedham St.Wrentham, MA 02093
D.R. Peck Excavating8 Little Farm Rd.Lakeville, MA 02347
Foley Excavating55 Old Fall River Rd.Seekonk, MA 02771
McDougall Brothers Enterprises342 Ferry St.Marshfield, MA 02058
J.R. Vinagro Crop.2208 Plainfield PikeJohnston, RI 02919
Northern Paving, Inc.20 Candlewood LaneDennisport, MA 02639
Laliberty Construction14 Bosuns LaneBourne, MA 02532
101
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325
PROJECT NUMBER: FMP-12-178 RFB No 24PROJECT: Central Steam Plant Window Replacement and Brick Re-pointing:
Abatement of existing hazardous materials and the installation of a metal window and overhead door system at the plant located at 34 Park Ave. at Bridgewater State University. Also, select painting, brick re-pointing and masonry cleaning is involved as described in the bid documents. Project to start on or about 5/16/12 and be completed by 11/21/12.
AWARDING AUTHORITY:
CONTACTDiane Chagnon
PHONE 508-531-2213 FAX: 508-531-6130EMAIL: [email protected]
Chandler Architectural Products418 High Plain St.Walpole, MA 02081
Webster Construction53 Clapp St.Boston, MA 02125
Reed Construction Data30 Technology Parkway SouthNorcross, GA 30092
Roger A. Tremblay Contractors, 10 Colonial Rd.Salem, MA 01970
Northeast Energy Control Systems148 North Franklin St.Holbrook, MA 02343
D.P. Masonry, Inc.833D American Legion HighwayWestport, MA 02790
Barr & Barr 260 Cochituate Rd.Framingham, MA 01701
ProjectDog18 Graf Rd.Newburyport, MA 01950
Coulter Construction27 Porter St.Billerica, MA 01821
McGraw Hill34 Crosby DriveBedford, MA 01730
Elizabeth Contracting5 Wight LaneWestwood, MA 02090
Vareika Construction219 Walnut St.West Bridgewater, MA 02379
Superior Abatement, Inc.590 Washington St.Pembroke, MA 02359
Wes Construction Corp.650 Industrial DriveHalifax, MA 02338
Modern Glass & Aluminum42 Eastman St.Easton, MA 02334
iSqFt4500 Lake Forest DriveCincinnati, OH 45242
Federal Construction Corp.50 Salem St. Building ALynnfield, MA 01940
Fontaine Masonry Restoration10 Hartwell Ave.Southbridge, MA 01550
J.P. Masonry29 Boardley Rd.Sandwich, MA 02563
Trident Environmental Group62 Lacombe St.Marlborough, MA 01752
Linwood Construction331 Montvale Ave.Woburn, MA 01801
Folan Waterproofing795 Washington St.Easton, MA 02375
Ace Restoration Co. 557 Main St.Medford, MA 02155
102
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Capital Asset Management, Division of (DCAM)One Ashburton Place Room 1610Boston, MA 02108
PROJECT NUMBER: UMA0801 DC1PROJECT: Request for Bids for Trade Contractors for the New Academic and
Classroom Building at the University of Massachusetts, Amherst.
AWARDING AUTHORITY:
CONTACTDCAM Bid Room
PHONE 617-727-4003 FAX: 617-727-5514EMAIL:
John W. Egan Co., Inc.3 Border St.Newtonville, MA 02465
N.B. Keneny Co., Inc.68 Barnum Rd.Devens, MA 01434
Titan Roofing, Inc.70 Orange St.Chicopee, MA 01013
P.J. Spillane Co.97 Tileston St.Everett, MA 02149
Arden Engineering Constructors, L505 Narragansett Park DrivePawtucket, RI 0286
Superior Rail & Iron Works, Inc.P.O. Box 546350 West St.East Bridgewater, MA 02333
Sullivan & Narey Construction CoInc.214 Maple St.Holyoke, MA 01040
The Berlin Steel Construction Co5 Industrial Park Rd. WestOxford, MA 01540
J.F. White Contracting Co.P.O. Box 902010 Burr St.Framingham, MA 01701
Avid Ironworks40 Rose St.Springfield, MA 01104
Champlain Masonry, Inc.8 Federico DrivePittsfield, MA 01201
Northeast Painting Associates, In881 North King St.Northampton, MA 01060
Johnson Acoustics, Inc.31 Pearson WayWest Springfield, MA 01089
Bonomo Tile Co., Inc.215 Bridge St.Dedham, MA 02026
Chabot & Burnett Construction CoInc.36 Ramah Circle NorthAgawam, MA 01001
Interstate Electrical Services Corp70 Treble Cove Rd.North Billerica, MA 01862
Adams Plumbing & Heating, Inc.P.O. Box 12665 Printworks DriveAdams, MA 01220
T.J. Conway Co.26 Progress Ave.Springfield, MA 01104
Comalli Electric, Inc.7 Westview Rd.Pittsfield, MA 01201
Stanley Roofing Co., Inc.42 Mitchell Rd.Ipswich, MA 01938
Greenwood Industries, Inc.50 Howe Ave.Millbury, MA 01527
R. & R. Window Contractors, Inc.One Arthur St.Easthampton, MA 01027
Fernandes Masonry, Inc.1031 Phillips Rd.New Bedford, MA 02745
Chandler Architectural Products,255 Interstate DriveWest Springfield, MA 01089
B-G Mechanical Contractors, Inc.6 Second Ave.Chicopee, MA 01020
Joseph Cohn & Son Tile & TerrazzLLC50 Devine St.North Haven, CT 06473
AGENCY:
Development Finance Agency, Massachusetts (MassDevelopment)33 Andrews ParkwayDevens, MA 01434
PROJECT NUMBER: 12-009PROJECT: Jodrey Pier Sewer Rehab, Gloucester.
AWARDING AUTHORITY:
CONTACTMark Cohen
PHONE 978-784-2911 FAX: 978-772-7496EMAIL: [email protected]
Wallace Construction Corp.206B King Philip St.Providence, RI 02909
National Water Main Cleaning25 Marshall St.Canton, MA 02021
103
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Developmental Services, Department of (DDS)Engineering Office500 Harrison Ave. Room 163Boston, MA 02118
PROJECT NUMBER: DDS 12-23PROJECT: Replace siding at the Brook House, Templeton Developmental
Center, Templeton.
AWARDING AUTHORITY:
CONTACTSheila O'Brien
PHONE 617-624-7887 FAX: 617-624-7576EMAIL: [email protected]
Kosmos Construction101 Washington St.Ayer, MA 01432
Theriault, LLC6 Harrison St.Stoneham, MA 02180
Sankaty Group, Inc.2 Canal Park 5th FloorCambridge, MA 02141
Kelkor, Inc.57 Bellevue St.New Bedford, MA 02744
P.O. Roofing, LLC3 Dolge CourtOxford, MA 01540
S.I. Services46 Crest Rd.Framingham, MA 01701
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
Architectural Roof Management,17 Canal St.South Hadley, MA 01075
AGENCY:
Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
PROJECT NUMBER: 6704PROJECT: Expansion Joint Repair Construction 2.
AWARDING AUTHORITY:
CONTACTWilliam Haynes
PHONE 617-242-6000 FAX: 617-788-4896EMAIL: [email protected]
Ace Restoration Co., Inc.557 Main St.Medford, MA 02155
ACME Waterproofing241 West Water St.Rockland, MA 02370
Aulson Co., Inc.49 Danton DriveMethuen, MA 01844
Bond Brothers, Inc.145 Spring St.Everett, MA 02149
C.D.C. News1 Oak Brook TerraceOak Brook, IL 60181
Chapman Waterproofing Co.395 Columbia Rd.Boston, MA 02125
Commercial Masonry Corp.6 Resnick Rd.Plymouth, MA 02360
Contracting Specialists, Inc.453 South Main St.Attleboro, MA 02703
D.S. Brown Co.300 East Cherry St.North Baltimore, MD 45872
Erie Metal Specialists, Inc.13311 Main Rd.Akron, NY 14001
Fay Spofford & Thorndike, Inc.5 Burlington WoodsBurlington, MA 01803
Folan Waterproofing & ConstrucCo.795 Washington St.South Easton, MA 02375
Greenwood Industries, Inc.50 Howe Ave.Millbury, MA 01527
Heritage Restoration, Inc.170 Pleasant St.Rockland, MA 02370
iSqFt5 Commonwealth Ave.Woburn, MA 01801
J.F. White Contracting Co.10 Burr St.Framingham, MA 01701
McGraw Hill Companies3315 Central Ave.Hot Springs, AR 71913
P.J. Spillane Co., Inc.97 Tileston St.Everett, MA 02149
R. Zoppo Corp.160 Old Maple St.Stoughton, MA 02072
Reed Construction Data30 Technology Parkway SouthNorcross, GA 30092-2912
Sealcoating, Inc.120 Industrial Park Rd.Hingham, MA 02043
Troutrun, Inc.54 Pleasant St.North Attleboro, MA 02760
Unicon, Inc.9A Derby SquareSalem, MA 01970
104
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
PROJECT NUMBER: 7415PROJECT: Fuel Oil Line Abandonment Deer Island Treatment Plant.
AWARDING AUTHORITY:
CONTACTRick Adams
PHONE 617-242-6000 FAX: 617-788-4896EMAIL: [email protected]
C.D.C. News 1 Oak Brook TerraceOak Brook, IL 60181
Charter Environmental, Inc.560 Harrison Ave.Boston, MA 02118
Enpro Services, Inc.12 Mulliken WayNewburyport, MA 01950
Fay Spofford & Thorndike5 Burlington WoodsBurlington, MA 01803
Fraser Engineering Co., Inc.65 Court St.Newton, MA 02460
Harding & Smith2000 Main St.Walpole, MA 02081
iSqFt5 Commonwealth Ave.Woburn, MA 01801
J.F. White Contracting Co., Inc.10 Burr St.Framingham, MA 01701
McConnell Enterprise, Inc.60 Garden ParkBraintree, MA 02184
MECO Environmental Services, In1119 Washington St.Weymouth, MA 02189
Moran Environmental Recovery75-D York Ave.Randolph, MA 02368
N.C.M. Demolition & Remediati14 Jewel DriveWilmington, MA 01887
Northeast Tank Services Co., Inc.1150 Turnpike St.Stoughton, MA 02072
R. Zoppo Corp.160 Old Maple St.Stoughton, MA 02072
Reed Construction Data30 Technology Parkway SouthNorcross, GA 30092
T.M.C. Services, Inc.One William WayBellingham, MA 02019
105
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Adams, Town of8 Park St.Adams, MA 01220
Donna E. Cesan, AICP
PHONE: 413-743-8317
DESCRIPTION:Roadway and Infrastructure Improvement Project on Gould Rd. and Thiel Rd., Phase I. Project includes excavation, pavement reclamation and new pavement, sanitary sewer system including pump station, water mains, renovation of water booster pump station, emergency generator, minor drainage improvements, roadside swales and other incidental work.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Adams Bid #12-005
FAX: 413-743-8309
CONTRACT AMOUNT:
$1,296,946.35D.R. Billings, Inc.730 Cheshire Rd.Lanesboro, MA 01237
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Braintree, Town ofHousing Authority25 Roosevelt St.Braintree, MA 02184
Lauren Murphy
PHONE: 781-848-1484
DESCRIPTION:Community Room/Kitchen ADA Improvements.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 040045
FAX: 781-380-4333
CONTRACT AMOUNT:
$49,700Vareika Construction219 Walnut St. #1West Bridgewater, MA 02379
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Easton, Town ofHousing AuthorityParker TerraceNorth Easton, MA 02356
Michael Forbes
PHONE: 508-238-4747
DESCRIPTION:Automatic Door installation in existing community buildings.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 088024
FAX: 201
CONTRACT AMOUNT:
$22,212.00D.C. Clymens Construction31 Columbus Ave.North Easton, MA 02356-1822
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
106
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Framingham, Town of Department of Public Works110 Western Ave.Framingham, MA 01702
Amy L. Putney
PHONE: 508-532-6040
DESCRIPTION:The Town of Framingham Department of Public Works invites sealed bids for the Grant and Pond Streets Water Replacement Project. This includes the replacement of approximately 24,000 linear feet of 6" and 8" water mains, valves, hydrants and appurtenances ranging from 80 and 100 years of age. These mains will be replaced with new 8" and 12" ductile iron cement lined water mains. The replacement of these mains will ensure better quality, water circulation and firefighting capabilities.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: PW-216
FAX: 508-620-4884
CONTRACT AMOUNT:
$3,452,639.74DeFelice Corp.28 Silva LaneDracut, MA 01826
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Lynn, City of Purchasing Department3 City Hall Square Room 205Lynn, MA 01901
Charles E. White
PHONE: 781-586-6893
DESCRIPTION:Masonry Restoration at the Lynn Multi-Service Center (aka the Old Post Office).
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 781-477-7027
CONTRACT AMOUNT:
$66,000.00Folan Waterproofing & Construction Co. Inc.795 Washington St.South Easton, MA 02375
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
107
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Marlborough, City of 140 Main St.Marlborough, MA 01752
Mark Dascoli, Asst. Civil Engineer
PHONE: 508-624-6910
DESCRIPTION:Reconstruction of Various Streets and Appurtenant Work.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Contract No. ED 2011-20
FAX: 508-624-7699
CONTRACT AMOUNT:
$539,473.50Loruso Corp.3 Belcher St.Plainville, MA 02762
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Newton, City of 1000 Commonwealth Ave.Newton, MA 02459
Maureen Lemieux
PHONE: 617-796-1220
DESCRIPTION:Annual Installation of Epoxy Flooring and Related Systems.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 12-55
FAX: 617-796-1227
CONTRACT AMOUNT:
$141,633.06Capital Carpet & Flooring Specialists, Inc.12 Walnut Hill ParkWoburn, MA 01801
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:North Adams, City of Office of Community Development10 Main St.North Adams, MA 01247
Michael F. Nuvallie, Director
PHONE: 413-662-3025
DESCRIPTION:Removal of the failing concrete ramp at the former armory building and appurtenant improvements thereto.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: "Phase V-a Armory Ramp"
FAX: 413-662-3149
CONTRACT AMOUNT:
$43,334.00Burke Construction, Inc.6 Renfrew St.Adams, MA 01220
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
108
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Northbridge, Town of Town Administrator's Office7 Main St.Whitinsville, MA 01588
Theodore Kozak
PHONE: 508-234-2095
DESCRIPTION:Slate Roof Repair and Related Work at the Whitinsville Social Library.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 12003.00
FAX: 508-234-7640
CONTRACT AMOUNT:
$62,000.00M.D.M. Engineering, Inc.51 Sawmill Rd.Dudley, MA 01571
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Pittsfield, City of 70 Allen St.Pittsfield, MA 01201
Colleen Hunter-Mullett
PHONE: 413-499-9470
DESCRIPTION:Installation of Playground at Allendale School.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 12-045
FAX: 413-499-9463
CONTRACT AMOUNT:
$18,000.00Probuilt Construction804 Webster St.Marshfield, MA 02050
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Southwick, Town ofHousing Authority12 Depot St.Southwick, MA 01077
Darlene Mitchell, Executive Director
PHONE: 413-569-311
DESCRIPTION:Installation of insulation and moisture barrier in single family dwellings in accordance with documents prepared by Engineering & land Solutions, Inc.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 705
FAX: 413-569-1426
CONTRACT AMOUNT:
$24,400.00Keltra Construction Services, Inc.174 South BoulevardWest Springfield, MA 01089
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
109
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Winthrop, Town ofHousing Authority9 Golden DriveWinthrop, MA 02152
Peg Tiernan Lyons
PHONE: 617-846-7100
DESCRIPTION:Replace existing windows with double-hung, vinyl windows in 667-2 development.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 346054
FAX: 617-846-7581
CONTRACT AMOUNT:
$30,000L. & H. Construction, Inc.99 Grove Rd.Medford, MA 02155
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:Yarmouth, Town ofTown Administrator's Office1146 Route 28South Yarmouth, MA 02664
Alyson Konkol
PHONE: 508-362-8382
DESCRIPTION:Renovation of the Former Police Station at 424 Route 28, West Yarmouth for the Department of Natural Resources Offices: Miscellaneous site work; selective demolition; foundations; masonry; rough and finish carpentry; insulation; interior finishes; doors; windows; roofing; HVAC; plumbing; electrical systems.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 508-362-2828
CONTRACT AMOUNT:
$518,500Contractors Network, Inc.38 Edmund St.East Providence, RI 02914
Sub Contract Award: Robert Irvine & Sons, Seekonk Heating Services, American Electrical Construction, Inc.
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Blackstone Valley Vocational Regional School District65 Pleasant St.Upton, MA 01568
Kurtis W. Johnson
PHONE: 508-529-7758 ext. 3152
DESCRIPTION:Site Clearing and Earthwork Preparation for ± 4.6 Acres of land located on Chestnut St. in Upton.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 2012-CP1
FAX: 508-529-4579
CONTRACT AMOUNT:
$289,500.00J.E. Case, Inc.1320 South Washington St.North Attleboro, MA 02760
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
110
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Cape and Vineyard Electric Cooperative, Inc.Superior Courthouse3195 Main St.Barnstable, MA 02630
E. Mark Zielinski, Chief Procurement Officer
PHONE: 508-375-6643
DESCRIPTION:Design, procure, install, test, commission, maintain and operate solar photovoltaic operating systems at multiple locations.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 508-362-4136
CONTRACT AMOUNT:
Broadway Electrical Co., Inc.295 Freeport St.Boston, MA 02122
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Cape Cod Community College2240 Iyannough Rd.West Barnstable, MA 02668
John Lebica
PHONE: 508-362-2131
DESCRIPTION:South Classroom Building Dental Hygiene Clinic Renovation.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: J000112659
FAX:
CONTRACT AMOUNT:
$1,044,800A.P. Whitaker & Sons, Inc.652 West Center St.West Bridgewater, MA 02379
Sub Contract Award: Resilient Flooring (09650): Capital Carpet and Flooring, $44,444. Painting (09900): Dandis Contracting Co., $20,980. Plumbing (15400): United Plumbing & Heating, $138,900. HVAC (15600): Seekonk Heating Services, $251,384. Electrical (16100): Mello Electric Co., Inc., $114,850.
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Developmental Services, Department of (DDS)Engineering Office500 Harrison Ave.Boston, MA 02118
Sheila O'Brien
PHONE: 617-624-7887
DESCRIPTION:Furnish and Install Three 20kw Electric Generators at Templeton Developmental Center, Templeton.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: DDS 12-22
FAX: 617-624-7576
CONTRACT AMOUNT:
$68,137.00Fall River Electric Associates Co.74 Corneau St.Fall River, MA 02721
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
111
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Fisheries and Wildlife, Division of251 Causeway St. 4th FloorBoston, MA 02114
Kathleen Plett
PHONE: 617-626-1573
DESCRIPTION:Removal and disposal of existing shingled roofing system, installation of a new shingled roofing system, rough carpentry.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: DFW-2012-007
FAX: 617-626-1517
CONTRACT AMOUNT:
$17,880.00One-Way Painting & Roofing, Inc.44 Springvale Ave.Lynn, MA 01904
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:University of Massachusetts - Amherst140 Hicks WayAmherst, MA 01003
Peter Royer Associate Director of Procurement
PHONE: 413-545-0361
DESCRIPTION:Lincoln Campus Center Concourse Renovation.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: UMA12-32
FAX: 413-545-1643
CONTRACT AMOUNT:
$640,000.00Marois Construction262 Old Lyman Rd.South Hadley, MA 01075
Sub Contract Award: Cat 095113 Acoustical Tile, Central Ceilings, Inc., $195,000; Cat 099000 Painting, John W. Egan Co., $27,240l; Cat 260001 Electrical, ICON West Corp., $130,800.
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Prison Point CSO Facility HVAC and Odor Control System Upgrade.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6795
FAX: 617-788-4896
CONTRACT AMOUNT:
$2,124,900Arden Engineering Constructors505 Narragansett Park DrivePawtucket, RI 02861
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
112
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Waste Oil Tank Replacement Prison Point CSO.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: OP-128
FAX: 617-788-4896
CONTRACT AMOUNT:
$29,450CommTank, Inc.84 New Salem St.Wakefield, MA 01880
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Lynnfield/Saugus Pipeline Construction.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6584
FAX: 617-788-4896
CONTRACT AMOUNT:
$4,924,400Albanese Brothers, Inc.28 Loon Hill Rd.Dracut, MA 01826
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Concrete and Steel Restoration and Coating Phase II.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: S489
FAX: 617-788-4896
CONTRACT AMOUNT:
$809,300SOEP Painting Corp.263 Commercial St.Malden, MA 02148
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
113
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Metals Lab Fume Hood Replacement Deer Island Treatment Plant.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6197
FAX: 617-788-4896
CONTRACT AMOUNT:
$955,000Cox Engineering Co.35 Industrial DriveCanton, MA 02021
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Installation of Second Gaseous Oxygen Line Ozone Building.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 7085A
FAX: 617-788-4896
CONTRACT AMOUNT:
$1,229,000William M. Collins, Inc.410 Dorchester Ave.South Boston, MA 02127
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Fire Alarm and Fire Sprinkler System Service.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: OP-147
FAX: 617-788-4896
CONTRACT AMOUNT:
$609,750Simplex Grinnell63 Nahant St.Norwood, MA 02062
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
114
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Phase VII Valve Replacement.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6436
FAX: 617-788-4896
CONTRACT AMOUNT:
$2,385,000R.J.V. Construction Corp.21 Lincoln St.Canton, MA 02021
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Ultraviolet Disinfection Facility.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6924
FAX: 617-788-4896
CONTRACT AMOUNT:
$29,413,382Daniel O'Connells Sons, Inc.480 Hampden St.Holyoke, MA 01040
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Sludge Pump and Piping Replacement Digester.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 7055A
FAX: 617-788-4896
CONTRACT AMOUNT:
$962,465.55Camp Dresser & McKee, Inc.One Cambridge Place50 Hampshire St.Cambridge, MA 02139
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: Designer Services
115
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Barbie Aylward
PHONE: 617-242-6000
DESCRIPTION:Section 36 Watertown Waltham Connection.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 6540
FAX: 617-788-4896
CONTRACT AMOUNT:
$2,988,492Green International Affiliates, Inc.239 Littleton Rd.Westford, MA 01886
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: Designer Services
116
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.CR-3
AGENCY:Cambridge, City of 795 Massachusetts Ave. Cambridge, MA 02139
Cynthia H. Griffin
PHONE 617-349-4310
DESCRIPTION OF PROPERTY:
The Cambridge Public Schools is seeking proposals for approximately 7,500 square feet of space to serve as a school bus storage yard.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 5795
FAX 617-349-4008
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
6/14/12
ADDITIONAL INFORMATION The Request for Proposal may be downloaded from the City's website at www.cambridgema.gov, following the links to Online Services, Purchasing Current Bid list, Regular RFP.
Email: [email protected]
11:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Dracut, Town of 62 Arlington St.Dracut, MA 01826
Dennis E. Piendak
PHONE 978-452-1227
DESCRIPTION OF PROPERTY:
Two-family home with lot of land consuming 9,878 square feet. Pursuant to M.G.L. c. 30B, § 16, notice is given of the intent of the Town of Dracut to waive advertising requirements for the purchase of property located at 50 Arlington St., shown on Assessor's Map 52 Lot 4. The subject property is improved with a two-family home that is across the street from the location for a new Town Hall. The unique location of the subject property across the street and adjacent to the Public Library and Town Hall lends itself to being acquired adding it to the Town Hall site for additional parking.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 978-452-7924
ESTIMATED VALUE, SOURCE OF VALUATION:$8 Million appropriation.
PROPOSAL DEADLINE DATE AND TIME:
6/8/12
ADDITIONAL INFORMATION Because of this unique characteristic and location the Town Manager has determined that advertising will not benefit the Town’s interest. The property would be purchased with a previously approved appropriation of $8 million for Town Hall construction. The 11/4/11 Dracut Town Meeting unanimously adopted a motion to include land acquisition for the Town Hall project.
Email: [email protected]
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
117
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.CR-3
AGENCY:Hinsdale, Town of Board of Selectmen39 South St.Hinsdale, MA 01235
Kerri Striebel
PHONE 413-655-2245
DESCRIPTION OF PROPERTY:
Assessor's map 107, lot 4, South St., Hinsdale, approximately 10.5 acres of vacant land. Land to be sold "as-is".
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: Lot 4, South Street
FAX 413-655-8807
ESTIMATED VALUE, SOURCE OF VALUATION:$54,000, by assessment, Zone R2.
PROPOSAL DEADLINE DATE AND TIME:
6/8/12
ADDITIONAL INFORMATION The Request for Proposals will be available at the above agency address. Please call 413-655-2314 with any questions.
Email: [email protected]
3:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Phillipston, Town of 50 The CommonPhillipston, MA 01331
Katharine Lord Klein
PHONE 617-654-1834
DESCRIPTION OF PROPERTY:
Approximately 53 acres of conservation land located at 75-115 Baldwin Hill Rd., Phillipston, Worcester County, being Map 44, Lots 1, 1C and 8, less a seven acre excluded portion.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 617-654-1735
ESTIMATED VALUE, SOURCE OF VALUATION:$180,000 purchase price by Appraisal.
PROPOSAL DEADLINE DATE AND TIME:
6/8/12
ADDITIONAL INFORMATION Property Owners: Reginald C. Haughton, Sr. and Emelda A. Haughton, 95 Baldwin Hill Rd., Phillipston.
Email: [email protected]
9:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
118
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.CR-3
AGENCY:Springfield, City ofOffice of Procurement36 Court St. Room 307Springfield, MA 01103
Lauren Stabilo
PHONE 413-787-6284
DESCRIPTION OF PROPERTY:
Minimum of 7850 sq ft NUA for the Juvenile Assessment Center for occupancy by 7/1/12. The Juvenile Assessment Center must contain both public and secure areas, separate, secure, dormitory spaces, two sets of separate bathrooms and showers accessible to the handicapped, three conference rooms, a kitchen facility, a minimum of 11 office spaces, three entrances, a staff locker room, computer/phone/security wiring, all spaces at ground or first floor level, garage with sally port and a roof that will accept microwave dish/antenna. The building and its systems must be appropriate for use on a 24-hour daily basis. The property must be within the City of Springfield and adaptable for use as described in the proposal specifications.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: Bid No. SPG-12-397
FAX 413-787-6295
ESTIMATED VALUE, SOURCE OF VALUATION:$110,000/Year.
PROPOSAL DEADLINE DATE AND TIME:
6/8/12
ADDITIONAL INFORMATION Briefing 5/23/12 at 10:00 A.M. at the Police Department Commission Room, 130 Pearl St., Springfield. Contact Captain Eugene Dexheimer at 413-787-6360 or 413-787-6891. Bid documents and specifications are available at the above agency address or online at www.comm-pass.com.
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Waltham, City of Purchasing Department610 Main St.Waltham MA 02452
Joseph P Pedulla, CPO
PHONE 781-314-3244
DESCRIPTION OF PROPERTY:
The City of Waltham will hold a public auction for the sale of 73 Charles St., Waltham, 1,986 square feet.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:$124,800, City of Waltham Board of Assessors.
PROPOSAL DEADLINE DATE AND TIME:
6/14/12
ADDITIONAL INFORMATION Inspection date: 5/21/12 at 10:00 A.M. at the site. Pre qualification date is 5/30/12 at 12:00 P.M. Copies of the auction packet can be obtained at www.city.waltham.ma.us/open-bids or by email request to [email protected].
Email: [email protected]
10:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
119
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.CR-3
AGENCY:Wellesley, Town ofBoard of Selectmen525 Washington St.Wellesley, MA 02482
Christopher Ketchen
PHONE 781-431-1019
DESCRIPTION OF PROPERTY:
Land and buildings (348,480 square feet, more or less) at 900-910 Worcester St., Wellesley. In accordance with M.G.L. c. 30B, § 16(e)(2), the Selectmen have determined that advertising will not benefit the Town’s interest because the parcel of land to be purchased is unique to the Town’s needs in terms of its size, availability and accessibility for municipal purposes. $3,800,000 negotiated purchase price set forth in a purchase and sale agreement, subject to approval at a Special Town Meeting called for 6/13/12.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
6/13/12
ADDITIONAL INFORMATION The parties having a beneficial interest in the property are: The Roman Catholic Archbishop of Boston, a corporation sole having an address of 66 Brooks Drive, Braintree, MA 02184.
Email: [email protected]
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Agricultural Resources, Department of 251 Causeway St. Suite 500Boston, MA 02114-2151
Barbara Hopson
PHONE 413-548-1906
DESCRIPTION OF PROPERTY:
Purchase of an Agricultural Preservation Restriction (APR) under M.G.L. c.184, § 32 on 106.55 ± acres of unique farmland located at Glendale Rd. in Southampton, Hampshire County. The Commonwealth will pay $367,000. The town of Southampton will provide a $63,000 local match.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: FLT/Fournier
FAX 413-548-1901
ESTIMATED VALUE, SOURCE OF VALUATION:$430,000, APR value determined by appraisal.
PROPOSAL DEADLINE DATE AND TIME:
ADDITIONAL INFORMATION Beneficial Interests: Franklin Land Trust, Inc. and/or the Town of Southampton and/or Bruce A.Fournier and/or Donna A. Fournier.
Email: [email protected]
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
120
CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTYThe proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.CR-3
AGENCY:Agricultural Resources, Department of 251 Causeway St. Suite 500Boston, MA 02114-2151
Barbara Hopson
PHONE 413-548-1906
DESCRIPTION OF PROPERTY:
Purchase of an Agricultural Preservation Restriction (APR) under M.G.L. c. 184, § 32 on 15± acres of unique farmland located at Warren Wright Rd. in Belchertown, Hampshire County, MA. The Commonwealth will pay $130,500. The Town of Belchertown and/or the owner will provide a $14,500 local match and/or bargain sale depending on availability of local funds at closing.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: Land
FAX 413-548-1901
ESTIMATED VALUE, SOURCE OF VALUATION:$145,000, APR value determined by appraisal.
PROPOSAL DEADLINE DATE AND TIME:
ADDITIONAL INFORMATION Beneficial Interests: Edward C. Land, Jr. and/or the Town of Belchertown and/or The Kestrel Trust.
Email: [email protected]
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St. Suite 700Boston, MA 02114
Kevin Allen
PHONE 617-626-1361
DESCRIPTION OF PROPERTY:
Request for Proposals for the Rehabilitation and Reuse of the Upton CCC Camp Buildings, Upton State Forest. The Department of Conservation and Recreation (DCR) announces the release of a Request for Proposals for the rehabilitation, reuse and maintenance of the 1935 Civilian Conservation Corps (CCC) Camp Cottage and Administration Building in Upton State Forest, Upton. The RFP seeks proposals from parties interested in providing historic preservation services in return for a long term lease.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
6/20/12
ADDITIONAL INFORMATION Information is available online at www.mass.gov/dcr/stewardship/curator. Hard copies of the RFP are available by email request to [email protected] or by mail to the above agency address, 617-626-1361.
Email: [email protected]
5:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
121
Page 1 of 2 DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE
OFFICE OF LEASING AND STATE OFFICE PLANNING ONE ASHBURTON PLACE, 14th FLOOR – ROOM 1411
BOSTON, MASSACHUSETTS 02108 617-727-8000
WEEK OF MAY 6, 2012 LEASED SPACE SOUGHT FOR STATE AGENCIES
The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease. Deadline Project # User Agency Space Type Usable Sq. Ft. (USF) Locations 05/24/12 2:00 PM
201223000.1 The Department of Children and Families, the Department of Transitional Assistance and the Department of Developmental Services of the Executive Office of Health and Human Services
Office Approximately 33,400 to house DCF, DTA and DDS together 1
OR Approximately 18,000 to house DTA and DDS together 1
OR Approximately 16,100 to house DCF alone
Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough,Stow, Sudbury, Wayland, Wellesley, or Weston
06/07/12 2:00 PM
201229000.1 Department of Developmental Services
5-Bedroom Group Homes 4-Bedroom Group Homes
Approximately 2,600 to 2,975 2 Approximately 2,600 to 2,950 2
Agawam, Athol, Belchertown, Bellingham, Blackstone, Bernardston, Buckland, Chicopee, Deerfield, Easthampton, East Longmeadow, Franklin, Florence, Granby, Greenfield, Hadley, Hampden, Holyoke, Hopedale, Hatfield, Haydenville, Longmeadow, Ludlow, Mendon, Milford, Millville, Montague, Northampton, Orange, Shelburne, Southampton, South Hadley, Springfield, Sunderland, Upton, Ware, Westfield, Westhampton, West Springfield, Wilbraham, or Williamsburg
Page 2 of 2 06/14/12 2:00 PM
201231000.1 The Department of Children and Families, and the Department of Transitional Assistance of the Executive Office of Health and Human Services
Office Approximately 75,400 to house DCF and DTA together 1 OR Approximately 49,600 to house DCF alone 3 OR Approximately 26,600 to house DTA alone 3 OR Approximately 40,000 to house the local client service office of DCF alone 3 OR Approximately 8,700 to house the legal and regional office of DCF alone 3
Auburn, Boylston, Hardwick, Holden, Leicester, Millbury, New Braintree, Paxton, Rutland, Shrewsbury, West Boylston, West Millbury, or Worcester
____________________________________________________________________________________________________________________________ 1Ten years 2Thirty year lease purchase agreement. DCAM is seeking up to six 5-Bedroom Group Homes, and two 4-Bedroom Group Homes.
3Seven years Pursuant to the two attached “Certification of Emergency and Waiver of Advertising Requirements”, DCAM has issued an Invitation for Proposals for each of the followings:
◊◊ ◊◊ ◊◊
◊◊
201161000.1 201164000.1 201170000.1 201215000.1
Committee for PublicCounsel Services
Committee for PublicCounsel Services
Committee for PublicCounsel Services
Committee for Public Counsel Services
Office Office Office Office
Approximately 6,100 Approximately 14,000 Approximately 4,500 Approximately 2,600
Lowell Boston, as further defined in Map Attachment Salem Hadley or Greenfield
◊◊ For these projects, proposals will be accepted until Premises have been identified and a Lease has been executed. For each of these projects the lease term is five years.
MASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTECTIONDIVISION OF WATER POLLUTION CONTROL
SOUTHEAST REGIONAL OFFICE20 RIVERSIDE DRIVE
LAKEVILLE, MASSACHUSETTS 02347TELEPHONE (508) 946-2757
PUBLIC NOTICEGROUND WATER PERMIT APPLICATION
Notice is hereby given that the following application forground water discharge permit is being processed and that thefollowing actions being proposed thereon pursuant to Section 43of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06:
APPLICANT 76 South River StMarshfield School Department,Marshfield, Massachusetts
PERMIT NO BE #3-653
FACILITY LOCATION Marshfield School Complex,167 Forest Street, Marshfield, Massachusetts
TYPE OF DISCHARGE: treated wastewater
30,000 gallons per dayQUANTITY OF DISCHARGE:
Tentative Determination to issue ,permitPROPOSED ACTION:
A copy of the application, draft permit and statement ofbasis or fact sheet relative to the draft permit may be obtainedfrom the Department at 'the ~bove address and telephone number.Comments on the proposed action or requests for a public hearingthereon pursuant to 314 CMR 2.07 must be filed with theDepartment at the above address within thirty (30) days of thisnotice.
Jeffrey E. GouldBureau of Resource Protection
PUBUC NonCEMASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTEcnON
METROPOUTAN BOSTON/NORTHEAST REGIONBUREAU OF RESOURCE PROTEcnON
WATER POLLunON CONTROL205B LOWELL STREET
WILMINGTON, MASSACHusms 01887TEL. (978) 694 3200
Pursuant to Chapter 21, Section 43 of the general laws, and Regulations 314 CMR 7 and2.06, notice is given of the following application for sewer extension permit and the actionthe Department proposes to take:
CI1Y/TOWN OF: WILMINGTON
PROJECT NAME WILMINGTON HIGH SCHOOL PUMP STATION AND FORCE MAIN
APPUCANT: TOWN OF WILMINGTON
LOCATION: Around 159 CHURCH STREET (WILMINGTON HIGH SCHOOL)
PURPOSE: SEWER CONNEcnON/EXTENSION WITH PUMP STATION AND FORCEMAIN
TRANSMI1TALNO X250750
The above application and the draft permit, along with applicable laws, regulations andprocedures are available for inspection at the above address. Comments on the proposedaction or a request for a public hearing on the proposed action must be received at theabove address on or before May 25, 2012. .
Eric WorrallBureau of Resource Protection
The Commonwealth of Massachusetts Executive Office for Administration and Finance
Division of Capital Asset Management One Ashburton Place
Boston, Massachusetts 02108
DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZ GOVERNOR Fax: (617) 727-5363 SECRETARY
ADMINISTRATION & FINANCE
TIMOTHY P. MURRAY CAROLE CORNELISON LIEUTENANT GOVERNOR COMMISSIONER
CONTRACTORS SUSPENDED OR DEBARRED
BY THE DIVISION OF CAPITAL ASSET MANAGEMENT
(Last Updated 10/5/11)
Please note that this list consists of individuals and firms suspended or debarred by the Division of Capital Asset Management pursuant to M.G.L. c.29, § 29F and M.G.L. c.149, § 44C and does not include individuals or firms suspended or debarred by the Massachusetts Department of Transportation or any other agency of the Commonwealth of Massachusetts with authority to suspend or debar under M.G.L. c.29, § 29F or M.G.L. c.30, § 39R. This list also does not include individuals or firms suspended or debarred by the Massachusetts Office of Attorney General pursuant to M.G.L. c.149, § 27C and M.G.L. c.149, § 148B and the Massachusetts Division of Industrial Accidents pursuant to M.G.L. c.152, § 25C. In addition, the United States Government also maintains a list of contractors suspended or debarred by federal agencies net at http://epls.arnet.gov. Public awarding authorities are advised to check the Central Register and Commonwealth Vendor Debarment Lists for updated information regarding the suspension or debarment status of any individual or firm.
Please be advised that applicable law prohibits firms suspended or debarred by either state entities or the federal government from submitting bids or proposals to any Massachusetts public agency or entity. The law also prohibits public agencies and entities from soliciting or considering bids or proposals from suspended or debarred individuals and firms and prohibits execution, renewal or extension of contracts with an individual or firm suspended or debarred by any of the above referenced state or federal governmental entities.
Debarred or Suspended Firm/Individual**
Address
Status
Effective Dates
Callahan, Inc. 80 First Street Bridgewater, MA 02362
Suspended October 22, 2010 through October 22, 2011
THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL
100 CAMBRIDGE STREET BOSTON, MASSACHUSETTS 02114
(617) 727-2200 (617) 727-4765 TTY www.mass.gov/ago
DEBARMENT LIST: April 11, 2012 1. Milton Marder of 18 Maple Street, Maynard, MA 01754, is debarred for a period of 8
years beginning March 16, 2005 through March 15, 2013. 2. Rand Stoneworks, Inc. of 326 U.S. Route 1, Scarborough, ME 04074 and John
Jeffrey Rand, its president, of 46 Belfield Road, Cape Elizabeth, ME 04107, are debarred for a period of 10 years beginning March 14, 2007 through March 13, 2017.
3. Bay State Painters and Josephine Christopoulos, both of 10 Danielle Drive, Danvers,
MA 01913, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning April 7, 2008 through April 6, 2013.
4. LVR Corporation, of 88 Foundry Street, Wakefield, MA 01880, and Lawrence V.
Roy, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning September 27, 2010 through September 26, 2012.
5. KM Services, Inc., of 71 South Street, Avon, MA 02322, and Kevin M. Edwards, its
owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning November 5, 2010 through November 4, 2012.
6. Garcia Drywall, Inc. of 20 Query Street, New Bedford, MA 02740 and Emanuel E.
Garcia, its owner are debarred pursuant to M.G.L. c. 149, § 27C, beginning January 26, 2011 through January 25, 2021.
7. Steven P. Bissonnette, of 80 Brookdale Road, Salem, NH, 03079 has been debarred
pursuant to M.G.L. c. 149, § 27C, beginning March 28, 2011 through March 27, 2013. 8. Wave Environmental, Inc., of 211 Chelmsford Street, Lowell, MA, 01851, Danny
Div and Adam Gnek, its owners, have been debarred pursuant to M.G.L. c. 149, § 27C , beginning June 10, 2011 through June 9, 2016.
9. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA, 01960, Maureen
E. Albright, and Alan P. Rose, its owners, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning May 9, 2011 through May 8, 2012.
10. Unlimited Removal & Demolition, Inc., of 51 Monroe Street, Lynn, MA 01901, and
Esteban L. Acosta, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning May 11, 2011 through May 10, 2012.
11. Mark Pech, of 106 Westford Street, Lowell, MA 01851, has been debarred pursuant to M.G.L. c. 149, § 27C, beginning August 16, 2011 through August 15, 2016.
12. All Washed Up Mobile Washing, Inc., of 42 Trescott Street, Taunton, MA 02780,
and Jason E. Graca, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning July 28, 2011 through July 27, 2012.
13. MB Concrete Contractors, Inc., of 140 Commonwealth Avenue, Unit 27, Attleboro
Falls, MA 02763, and Brittan Huntington, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning August 3, 2011 through August 2, 2012.
14. LHS Construction Corporation, of 1138 Route 28A, Cataumet, MA 02534 and Kent
Haven, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning July 29, 2011 through July 28, 2012.
15. J.P. Sons Roofing, of 18 Gerson Street, Lowell, MA 018502 and John Ponte, its
owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning September 27, 2011 through September 27, 2012.
16. Northeast Pipe Works, Inc., of 1705 Beryl Way, Watervliet, NY 12189, and Dennis
Beckert, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning September 27, 2011 through September 26, 2012.
17. Cape Ann Equipment, LLC, of 334 Clark Street, North Andover, MA 01845, and
Bruce A. Ross, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C beginning October 28, 2011 through October 27, 2012.
18. Stonehouse Glass and Aluminum, Inc., of 472 Amherst Street, Nashua, NH, 03063,
and Shaun Foley, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C beginning October 28, 2011 through October 27, 2012.
19. BOJ Construction, of 53 Main Street, Plymouth, MA, 02360, and Joel Thiesson,
Brian Fester and Brian Johnson, its owners, have been debarred pursuant to M.G.L. c. 149, § 27C beginning November 9, 2011 through November 8, 2012.
20. Newton Contracting Company, of 69 Howard Street, Watertown, MA 02472,
Antoinette Capurso-Bryan and Shaun Bryan, its owners, have been debarred pursuant to M.G.L. c.149, §27(a)(1) beginning January 6, 2012 through January 5, 2017.
21. Champion Builders, LLC, of 134 Terryville Road, Bristol, CT 06010 and Tessy
Damboise, its owner, have been debarred pursuant to M.G.L. c.149, §27C beginning January 5, 2012 through January 4, 2013.
22. West Florida Flooring, Inc., of 4720 Tacht Harvor Drive, Pensacols FL, 32514, and
Ornan Ramos, have been debarred pursuant to M.G.L. c. 149, § 27C beginning March 7, 2012 through February 22, 2013.
Department of Industrial Accidents600 Washington Street, 7th Floor
Boston, Massachusetts 02111
~ THE COMMONWEALTH OF MASSACHUSETTS
~'IJ---J~I----~. Q --."--.
:;1 .. ';
1•<:1 '~d
~~~., ~o,j •••••,
DEVAL L. PATRICKGovernor
TIMOTHY P. MURRAYLieutenant Governor
PAUL V. BUCKLEYCommissioner
Department of Industrial Accidents Debarment List
Under the provisions of the Workers' Compensation Law, Massachusetts Genem1 Laws, Chapter 152,Section 25C (10), once a business has been issued a Stop Work Order by the Department ofIndustrialAccidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for aperiod of three (3) years and, where applicable, is subject to penalties provided under M.G.L., Chapter 152,Section 25C (5), which provides for imprisonment for not more than one year or by a fine of not more thanone thousand five hundred dollars, or by both such fine and imprisonment.
Companies currently on the debannent list can be found on tlle following link:
http://www .mass. govIElwdl docs/ dialinvestigations/ debarment _list.x1s
COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO)
Company: Advanced Engineering Design, Inc. Mr. Reginald Waters
6525 Belcrest Road, Suite 526 Hyattsville, MD 20782 (301)683-2112 Fax:(240)465-0653
[email protected] http://www.aedworld.com Certified by: Supplier Diversity Office Classification: DBE Effective Date: April 26, 2012
Company: Alexis Design Ms. Alexis Neubert
5 Strong Avenue, Suite 201 Northampton, MA 01060 (413)584-1640
[email protected] http://www.alexisdesignstudio.com Certified by: Supplier Diversity Office Classification: WBE and DBE Effective Date: April 19, 2012
Company: Alpha Office Supplies, Inc. Mr. Terrill Brown
2066 W. Hunting Park Avenue Philadelphia, PA 19140 (215)226-2690 x232 Fax:(215)223-0321
[email protected] http://www.alphaos.com Certified by: Supplier Diversity Office Classification: MBE Effective Date: April 19, 2012
Company: B&R Project Management, Inc. Ms. Barbara Coleman
7192 S. Perth Street Aurora, CO 80016 (303)304-2098 Fax:(720)747-1001
[email protected] http://www.br-pm.com Certified by: Supplier Diversity Office Classification: DBE Effective Date: April 19, 2012
COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO)
Company: CWRS & Property Preservation, LLC Ms. Sonia P. Hart
44 Intervale Street Dorchester, MA 02121 (617)777-4331 Fax:(617)276-3811
[email protected] Certified by: Supplier Diversity Office Classification: MBE, WBE and DBE Effective Date: April 19, 2012
Company: Electrical Construction Services, LLC Mr. Steven Gouveia
434 Alden Street Fall River, MA 02747 (508)324-1800 Fax:(508)324-1801
[email protected] http://www.ecselectrical.net Certified by: Supplier Diversity Office Classification: DBE Effective Date: April 19, 2012
Company: KT & T Distributors, Inc. Mr. Kevin Porter
76 Northeastern Blvd., Unit 38 Nashua, NH 03062 (603)809-6638 Fax:(603)888-7333
[email protected] http://www.kttdistributors.com Certified by: Supplier Diversity Office Classification: DBE Effective Date: April 19, 2012
Company: Michelle McGrath & Associates Ms. Michelle Tricarico
56 Cotton Avenue Braintree, MA 02184 (781)843-8418 Fax:(781)848-8418
[email protected] http://www.mcgrathandassoc.com Certified by: Supplier Diversity Office Classification: WBE and DBE Effective Date: April 19, 2012
COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO)
Company: Nightingale Group, LLC Ms. Marcy Venezia
P O Box 272 Canton, MA 02021 (781)830-9559 Fax:(781)830-9559
[email protected] http://www.nightingalegroup.net Certified by: Supplier Diversity Office Classification: WBE Effective Date: April 26, 2012
Company: Raul Batallas Electric Mr. Raul Batallas
49 Belmont Street Fitchburg, MA 01420 (978)400-5291 Fax:(978)400-5291
[email protected] Certified by: Supplier Diversity Office Classification: MBE and DBE Effective Date: April 19, 2012 Company: Shaheen & Associates, Inc. Mr. William Shaheen
37 Maple Avenue Armonk, NY 10504 (914)273-9000 Fax:(914)273-5188
[email protected] http://www.shaheeninc.com Certified by: Supplier Diversity Office Classification: WBE Effective Date: April 26, 2012
Company: Standard Modern Company, Inc. Ms. Linda Smith
47 Pleasant Street Brockton, MA 02301 (508)586-4300 Fax:(508)584-4566
[email protected] http://www.standardmodern.com Certified by: Supplier Diversity Office Classification: DBE Effective Date: April 19, 2012
COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO)
Company: Ullabritt Lam d/b/a: The Red Apple Ms. Ullabritt Lam
10 Ledge Road Gloucester, MA 01930 4224 (978)283-5161
[email protected] http://www.theredapple.com Certified by: Supplier Diversity Office Classification: WBE Effective Date: April 26, 2012
COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office (SDO)
Company: Kittredge & Sons, Inc.
18 Bonazzoli Avenue Hudson, MA 01749
Withdrew: Supplier Diversity Office Classification: WBE Effective Date: April 18, 2012 Company: Moving Beyond Coaching & Consulting
27 Symonds Street, #3 Salem, MA 01970
Decertified: Supplier Diversity Office Classification: WBE Effective Date: April 18, 2012 Company: Periwinkle Studio 135 Hovendon Avenue
Brockton, MA 02302 Decertified: Supplier Diversity Office Classification: WBE Effective Date: April 18, 2012 Company: Sullivan & Sullivan Auctioneers LLC 137 South Street
Boston, MA 02111 Decertified: Supplier Diversity Office Classification: WBE Effective Date: April 18, 2012 Company: Timber Harvesters Equipment Corp. 236 Parkerville Road
Southborough, MA 01772 Decertified: Supplier Diversity Office Classification: WBE and DBE Effective Date: April 18, 2012
The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e
D e s i g n e r S e l e c t i o n B o a r d
One Ashburton Place, 10th Floor, Room #1004
Boston, Massachusetts 02108
TEL: (617) 727-4046
FAX: (617) 727-0112
PUBLIC NOTICE #12-07
May 9, 2012
This Board will accept applications from architects, engineers, or other disciplines as noted, whichever is designated for
the projects described in the attached Public Notice identified as List #12-07. Applicants are requested to submit a
separate Designer Selection Board Application Form (16 COPIES) for each project for which they wish to be
considered. An electronic copy of the DSB Master File Brochure and the DSB Application Form (updated July
2011) are available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the latest forms.
Application closing date for projects on DSB List #12-07 is 2:00 p.m., WEDNESDAY, May 30, 2012. The
advertisements may be found on the web by going to the DSB web-site at www.mass.gov/dcam/dsb. Please send all
correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108.
This Public Notice, including attachments, may be duplicated by any and all interested.
Please note the following: This Public Notice #12-07 includes: (a) the procedures for conforming to M.G.L. C.7, §
40N, Executive Orders 524 and 526 regarding Affirmative Market and Minority and Women Owned Business
Participation.
ALL APPLICATIONS MUST BE SUBMITTED ON THE DSB APPLICATION FORM (Updated July 2011)
(ENCLOSED HEREIN)
FAILURE TO USE THE ABOVE FORM MAY BE THE BASIS FOR REJECTION OF YOUR APPLICATION.
Gordon P. Sainsbury, AIA; RIBA
EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD
The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e
D e s i g n e r S e l e c t i o n B o a r d
One Ashburton Place, 10th Floor, Room #1004
Boston, Massachusetts 02108
TEL: (617) 727-4046
FAX: (617) 727-0112 PUBLIC NOTICE
TO: The Republican 1860 Main Street, Legal Ads Springfield, 01101 FROM: Designer Selection Board
DATE: May 1, 2012
SUBJECT: Classified Legal Advertisement
On May 11, 2012, please insert one day only, the below approximate 2 column 2 inch classified legal
advertisement of the Designer Selection Board. Submit proof of advertisement attached to your invoice. Please refer to P.O. #GAE FIXD #11802.
_______________________________________________________
Claire G. Hester Program Coordinator
DESIGNER SELECTION BOARD
PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE Engineers and architects are advised that DSB Project List #12-07, dated May 9, 2012 describing 01 Division of Capital Asset Management and Maintenance projects is now available at www.mass.gov/dcam/dsb
PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE
APPLICANTS PLEASE NOTE: The following requirements were implemented on the following dates and continue to be requirements.
October 2011
Form Request Update: An electronic copy of the completed Application Form and Master File Brochure Form in CD format, are no longer requested.
July 2011
APPLICATION UPDATE: Section #12 has been changed to read as follows:
Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary). Please use Updated July 2011 DSB Application Form.
February 2011
APPLICATION UPDATE: Added to Section #9 – Number of Total Projects; Number of Active Projects; and Total Construction Cost (In Thousands) of Active Projects (excluding studies). Please use Updated February 2011 DSB Application Form.
MBE/WBE UPDATE: SOMWBA is now known as SDO. The State Office of Minority and Women Owned Business Assistance (SOMWBA) and the Affirmative Market Program (AMP) merged on May 1, 2010 to create a new Massachusetts Supplier Diversity Office (SDO).
March 2010
MBE/WBE Participation: Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form) and submit all necessary forms.
July 2009
CLARIFICATION: Electronic signatures are accepted for the Sub-consultant Acknowledgement forms.
June 2009
CORRECTION: The statement below only applies to all OUT OF STATE PRIME FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firm’s State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must, illustrate as above, that they are registered to do business with the Secretary of State of the Commonwealth of MA.
May 13, 2009
Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SOMWBA certifications are clearly marked ORIGINAL.
May 2009
All sections of the Application Form must be answered. If any are left unanswered then the applicant will be REJECTED. In question #12, do not answer with N/A. Use either YES or NO with appropriate information. If an applicant receives notice, after the application has been submitted, and prior to consideration by the DSB, that one or more of their sub-consultants has received notice of termination/resignation by the firm with whom they work, the applicant must submit a written confirmation by that firm to the DSB with the proposed replacement. The replacement must be registered in the Commonwealth of Massachusetts.
March 2009
CLARIFICATION: DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements.
September 2008:
CORRECTION: The statement below only applies to all OUT OF STATE FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firms State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must insure they are registered to do business with the Secretary of State of the Commonwealth of MA.
August 2008:
Master File Brochure Change: Question 1b Mass. Vendor ID# replaced by Federal ID #.
July 2008:
In the future it will only be necessary to attach “SOMWBA Certification forms” for MBE and WBE and “Sub-consultant Acknowledgement forms” to ONE (ORIGINAL) copy of the applications and NOT all sixteen (16) copies.
Application Change: Copies for DSB 2005 Application change from 15 to 16 copies.
April 2008: Application Changes: Question 2a - Changed from Project # to DSB #, Item # and Question 12 – Professional Liability Claims Changed from 7 to 5 years.
January 2008: In reference to April 2007, display only applications e.g. PDF format are NOT acceptable.
October 2007:
A person may not submit more than one application as a “prime” applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.
April 2007: Application Change: An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software is to be included with the submitted update. Application Change: Question #9 – “Construction Cost” replaced “Project Cost”
April 2006:
Change of address. As of April 3, 2006, all future correspondence should be delivered to One Ashburton Place, 10th Floor, Room 1004, Boston, MA 02108.
February 2006:
• Please be sure to use the latest forms when applying for State funded projects. • It is the responsibility of the Prime applicant to ensure all of their sub-consultants also use the current
application forms. Failure to do so will be grounds for the application to be rejected.
- 1 -
D S B M A S T E R F I L E B R O C H U R E ( U p d a t e d J a n u a r y 2 0 1 2 ) In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information. Electronic copies of the forms are available at the following Commonwealth’s Web site: www.mass.gov/dcam/dsb
CHAPTER 579 In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following: 1. Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB
selection process. (See M.G.L. C.7, §38G). If 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.
- 2 -
ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB 1. Submission of the DSB Master File Brochure (Updated February 2011) in the format required, and at least annually,
continuously update same. 2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key
personnel changes in a firm. 3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant. 4. A person may not submit more than one application as a “prime” applicant on the same project. The applications of
any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.
5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved
in an association or corporation filing for the same project shall disqualify the applicants. 6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts Contract for Study Services
(Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors).
7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed
$10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall:
a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance
(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,
and expresses their opinion regarding those controls. 8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer,
programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD.
ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS
(a) Certification that the applicants’ legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, §38A½ follows:
“Designer,” an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:
(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.)
(ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.)
(iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.
- 3 -
[Note: This requires that the chief executive officer and a majority of the directors or a majority of the stock ownership be registered architects, landscape architects or engineers, and that the person to be in charge of the project be registered in the discipline required for the project. “Registered” means registered in the Commonwealth of Massachusetts.]
(iv) if a joint venture, each joint venturer satisfies the requirements of this section. (b) As a condition of application, each applicant agrees to carry, if selected for the new project, (other than a master
plan, program, or construction management) professional liability insurance in the amount equal to 10% of the estimated construction cost of the project, in conformance with the provisions of Article 12 of study contract and Article 12 of the design contract, i.e. minimum coverage of $250,000 and maximum coverage of $5,000,000. Note that the requirement for professional liability insurance shall apply to both the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) when a project is advertised by both study and design services.
CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS
IN CONFORMANCE WITH CHAPTER 7, SECTION 38F
1. 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 sub-consultants in a role consistent with the participation
goals set forth for the project.
a. The Designer Selection Board adheres to M.G.L. C.7, § 40N, Executive Orders 524 and 526 as implemented by the Division of Capital Asset Management and Maintenance establishing goals for minority business enterprise (MBE) and women business enterprise (WBE) participation on all design contracts unless otherwise noted. (See attached pages 4-8)
- 4 -
b. The Minority Business Enterprise and Woman Business Enterprise participation goals established for each contract are set forth on the first page of the “Designer Selection Board Project Criteria” solicitation for that contract.
PARTICIPATION BY MINORITY OWNED BUSINESSES AND WOMAN OWNED BUSINESSES
Pursuant to M.G.L. C.7, § 40N, Executive Orders 524 and 526, the Commissioner of the Division of Capital Asset Management and Maintenance (DCAM), as designee of the Secretary of Administration and Finance, has developed the following goals and procedures to encourage full participation by minority business enterprises (MBEs) and women businesses enterprises (WBEs) (collectively MBE/WBEs) on contracts for design services entered into by DCAM. and other public awarding authorities with MBE/WBE Participation Programs. GOALS Subject to the terms of this memorandum, the following MBE/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for DCAM projects: The Minority Business Enterprise and Women Business Enterprise (MBE/WBE) participation goal is a combined goal of 17.9%. Applicants must utilize a mix of both MBE and WBE firms whose participation, when added together, meets the overall combined goal set for the Contract. The combined goal requires a reasonable representation of both MBE and WBE firm participation. The Combined MBE/WBE goal must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime firm’s application how they or their consultants will meet these goals and will be evaluated on that basis. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants that are themselves MBE or WBE certified will be required to bring a reasonable amount of participation by a firm(s) that holds the certification which is not held by the applicant to the project. Proposed MBE/WBE participation plans that include solely MBE or solely WBE participation, or have only nominal participation by one or the other to meet the combined goal, will not be considered responsive. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet the MBE/WBE goal. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goal, but must state this relationship on the organizational chart .If the contracting design firm is not itself an MBE or WBE, then MBE/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE consultant, subcontractor or sub-consultant (hereafter “subcontractors”) to the Designer. Although the contract contains a combined goal, participation by MBE and WBE firms must be reported and tracked separately. MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS DCAM reserves the right to reduce or waive the MBE/WBE participation goals stated above for a particular project prior to the receipt of applications to the Designer Selection Board upon its own initiative or upon the request of any applicant if DCAM determines that it is not feasible for a non-MBE/WBE design firm to meet the MBE/WBE goal established for the project based upon any or all of the following: (i) actual MBE/WBE availability, (ii) the geographic location of the project to the extent related to MBE/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to MBE/WBEs, or (v) other relevant factors as determined by DCAM. The MBE/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project.
- 5 -
After a project is advertised, requests from prospective applicants to reduce or waive the MBE/WBE participation goals for that project, with all supporting documentation, must be submitted with the application, with a copy to 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 MBE/WBE participation goals for a project if the request is received after this deadline. DETERMINATION OF MBE/WBE STATUS A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the Supplier Diversity Office (“SDO”) (formerly SOMWBA). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SDO. Certification as a disadvantaged business enterprise (“DBE”), certification as an MBE/WBE by any agency other than SDO, or submission of an application to SDO for certification as an MBE/WBE shall not confer MBE/WBE status on a firm. Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as MBE/WBEs to SDO. Information is available from SDO, One Ashburton Place, 13th Floor, Boston, MA 02108 (617) 502-8831 and at www.mass.gov/sdo IDENTIFICATION OF MBE/WBE PARTICIPANTS BY THE SELECTED DESIGNER The current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application. Not later than five (5) working days after the Designer receives notice of selection for the advertised project, (A-5 Letter), the Designer shall submit to 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 MBE/WBE Participation. The form of Letter of Intent and Schedule of MBE/WBE Participation are included in this application package. Within five (5) working days after receipt of the Letters of Intent, 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 MBE/WBE that is to perform work in a category that is not listed in its SDO certification, or if the price to be paid for the MBE/WBE Work as stated in the Letter of Intent does not bear a reasonable relationship to the value of such work as reasonably determined by DCAM. If the Designer has not submitted an appropriate Schedule of MBE/WBE Participation and appropriate Letters of Intent and SDO certification letters establishing that the MBE/WBE participation goal for the project will be met, the Designer may be considered ineligible for award of the contract and DCAM may award the contract to the second ranked Designer, subject to that Designer’s compliance with these conditions. DCAM reserves the right to reduce or waive the MBE/WBE participation goals for a project prior to the final selection of a designer, provided that no such reduction or waiver shall be granted except under the following circumstances: the Designer must establish and document that it has been unable to obtain commitments from MBE/WBE subcontractors sufficient to meet the MBE/WBE goals for the project after having made a diligent, good faith effort to do so; all such documentation must accompany the Designer’s request to reduce or waive the MBE/WBE participation goal submitted with its application and shall include, at a minimum, the following: • A list of all items of work under the contract that the Designer made available for subcontracting to MBE/WBEs. The
Designer shall identify all items of work that the Designer did not make so available and shall state the reasons for not making such work available for subcontracting to MBE/WBEs. The Designer shall also demonstrate that, where commercially reasonable, tasks were divided into units capable of being performed by MBE/WBEs.
• Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to MBE/WBEs to all MBE/WBEs qualified to perform such work. The Designer shall identify (i) each MBE/WBE solicited, and (ii) each MBE/WBE listed in the SDO directory under the applicable work
- 6 -
category who was not solicited and the reasons therefor. The Designer shall also state the dates notices were mailed and provide a copy of the written notice(s) sent.
• Evidence that the Designer made reasonable efforts to follow up the written notices sent to MBE/WBEs with telephone calls or personal visits in order to determine with certainty whether the MBE/WBEs were interested in performing the work. Phone logs or other documentation must be submitted.
• A statement of the response received from each MBE/WBE solicited, including the reason for rejecting any MBE/WBE who submitted a proposal.
• Evidence of efforts made to assist MBE/WBEs that need assistance in obtaining insurance, or lines of credit with suppliers if the inability of MBE/WBEs to obtain, insurance, or lines of credit is a reason given for the Designer’s inability to meet the MBE/WBE goals.
• The Designer also shall submit any other information reasonably requested by DCAM to show that the Designer has taken all actions which could be reasonably expected to achieve the MBE/WBE participation goals.
The Designer may submit any other information supporting its request for a waiver or reduction in the MBE/WBE participation goals, such as evidence that the Designer placed advertisements in appropriate media and trade association publications announcing the Designer’s interest in obtaining proposals from MBE/WBEs, and/or sent written notification to MBE/WBE economic development assistance agencies, trade groups and other organizations notifying them of the contract and the work to be subcontracted by the Designer to MBE/WBEs. Requests by a selected Designer to reduce or waive the M/WBE participation goals for a particular project based upon the Designer’s inability to obtain commitments from MBE/WBE subcontractors sufficient to meet the MBE/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than with that firm’s application to the DSB. 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.
- 7 -
SCHEDULE FOR PARTICIPATION BY MINORITY/WOMEN BUSINESS ENTERPRISES
DIVISION OF CAPITAL ASSET MANAGEMENT
DCAM Project Number_______________________________ Project Location___________________________________________ Project Name ________________________________________________________________________________________________
This form must be submitted to DCAM’s Compliance Office by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). A Letter of Intent and SDO certification letter for each MBE/WBE must be submitted with this Schedule of MBE/WBE participation.
DESIGN FIRM CERTIFICATION: The undersigned Design firm agrees that it will subcontract with the following listed firms for the work described and for the dollar amounts listed below. For purposes of this commitment, the MBE and WBE designation means that a business has been certified by SDO as either an MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the contract as follows (attach additional sheets if necessary):
Company Name & Address
MBE or WBE
Describe MBE/WBE Scopes of Work
Total Dollar Value of Participation
1.
2.
3.
4.
5.
6.
7.
8.
Combined MBE/WBE Goal $ _________ Total Dollar Value of MBE Commitment: $_______________ Total Dollar Value of WBE Commitment: $_______________ The undersigned hereby certifies that he/she has read the terms and conditions of the contract with regard to MBE/WBE participation and is authorized to bind the Designer to the commitment set forth above. Name of Designer Firm__________________________________________ Authorized Signature_________________________________ Business Address_______________________________________ Print Name_________________________________________ _____________________________________________________ Title______________________________________________ Telephone No.__________________ Fax No.________________ Date ______________________________________________ Design Schedule for Participation – Revised 1/12
- 8 -
LETTER OF INTENT MINORITY/WOMEN BUSINESS ENTERPRISES PARTICIPATION
DIVISION OF CAPITAL ASSET MANAGEMENT (To be completed by MBE/WBE, and submitted to the Compliance Office by the Designer within five (5) working days after the
Designer receives notice of selection (A-5 Letter).
DCAM Project Number________________________________________________ Indicate SDO Certification: Project Name ________________________________________________________ ____ MBE Project Location______________________________________________________ ____ WBE To__________________________________________________________________ ____ M/WBE Name of Designer 1. This firm intends to perform work in connection with the above project.
2. This firm is currently certified by SDO to perform the work identified below, and has not changed its minority/women
ownership, control, or management without notifying SDO within thirty (30) days of such a change. Attached is a copy of the most recent SDO certification letter issued to my company.
3. This firm understands that if the Designer referenced above is awarded the contract, the Designer intends to enter into an
agreement with this firm to perform the activity described below for the prices indicated. This firm also understands that the above-referenced firm, as Designer, will make substitutions only as allowed by the Contract and applicable law.
4. This firm understands that under the terms of the Contract, only work actually performed by an MBE/WBE will be credited
toward MBE/WBE participation goals, and this firm cannot assign or subcontract out any of its work without prior written approval of the DCAM Compliance Office, and that any such assignment or subcontracting will not be credited toward MBE/WBE participation goals.
MBE/WBE PARTICIPATION
Describe MBE/WBE Scopes of Work
Dollar Value of Participation
Total Dollar Value: $_________________________________
Name of MBE/WBE Firm______________________________ Authorized Signature_________________________________ Business Address_____________________________________ Print Name_________________________________________ ___________________________________________________ Title______________________________________________ Telephone No________________ Fax No._________________ Date______________________________________________ Design Letter of Intent – Revised 1/12
- 9 -
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.
- 10 -
GENERAL INSTRUCTIONS FOR FILING APPLICATIONS
1. As of 07/11, the application forms required for submissions to the Designer Selection Board have been updated. The forms are as follows: DSB Master File Brochure (Updated February 2011) (included herein); DSB Application Form (Updated July 2011) (included herein). All specific project applications must be submitted on the DSB (Updated July 2011) Application forms. Failure to supply above documents will result in rejection of application.
2. An electronic copy of the DSB Master File Brochure (Updated February 2011) and the DSB Application Form (Updated July 2011) are available for download from the Web site address: www.mass.gov/dcam/dsb.
3. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SDO certifications are clearly marked ORIGINAL. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste.
4. No cover letters, binders and superfluous material. Please staple upper right corner, landscape.
5. DSB recommends that the principal who would be in charge of the project make sure that the form is complete including appropriate signature. Unsigned applications will not be considered.
6. When citing work performed by the applicant while employed by another firm, make certain said firm is properly identified including the individual's level of responsibility.
7. By including a firm as a sub-consultant the applicant certifies that the listed firm has been advised that it was being included in the applicants team and it has agreed to work on this Project should the team be selected. It is a requirement that all applicants supply a signed DSB SC-A’s (Sub-Consultant Acknowledgement). There can be no change in consultants from those named unless approved by DCAM and reported to the Designer Selection Board (C.7, §38H(a)). It is a requirement that all applicants supply the signed document, attached to the application, by the listed sub-consultants stating that they are aware and agree to being nominated by said applicant. Failure to supply above documents may result in rejection of application.
8. DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements.
9. Eligibility requirements are set forth in this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.
10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project.
11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.
12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the applicant's credibility if the firm applies for every job advertised when only marginally qualified.
13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.
14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed.
15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together.
16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.
NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual
available on the Web site: http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf
Commonwealth of Massachusetts
DSB Master File Brochure (Updated February 2011)
1. Firm Name (or if not an entity, individual’s name), and Business Address
Telephone No.: 1a. Submittal is for Parent Company Branch or Subsidiary Office 1b. Federal ID#:
2. Year Present Firm Established: 3. Date Prepared:
4. Specify type of ownership and check 1, 2 or 3 below, if applicable.
� (1) SDO Certified minority business enterprise (MBE) � (2) SDO Certified woman business enterprise (WBE) � (3) SDO Certified minority woman business enterprise (M/WBE)
5. Name of Parent company, if any: 5a. Former Company Name(s), if any, and Year(s) Established:
6. Name of Sole Proprietor or Names of All Firm Partners and Officers
Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline
a. d. b. e. c. f.
7. If Corporation, or Other Entity Other than a Partnership, provide Names of ALL Members of the Board of Directors:
Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline
a. d. b. e. c. f.
8. Names of All Owners (Stocks or Other Ownership): Name Title Ownership MA Reg.
# Status/Discipline Name Title Ownership MA Reg. # Status/Discipline
a. d. b. e. c. f.
9. Personnel by Discipline: (List each person only once, by primary function -- average number employed throughout the preceding 6 month period. Indicate both the total numbers in each discipline and, within brackets, the total number holding Massachusetts's registrations.).
Admin. Personnel ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )
Architects ( ) Electrical Engineers ( ) Mechanical Engrs. ( ) ( )
Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urb./Reg ( ) ( )
Code Specialists ( ) Fire Protection Engrs ( ) Specification Writers ( ) ( )
Civil Engrs. ( ) Geotech. Engrs. ( ) Structural Engineers ( ) ( )
Construction Inspectors ( ) Industrial Hygienist ( ) Surveyors ( ) ( )
Cost Estimators ( ) Interior Designers ( ) ( ) ( )
Drafters ( ) Landscape Architects ( ) ( ) Total ( )
Updated February 2011 DSB Master File Brochure Page 1
10. Summary of Professional Services Fees Received: (insert Index number) Last 5 Years (most recent year first)
2011 2010 2009 Federal Work Commonwealth of Massachusetts work All other domestic and foreign work
2008 2007
Ranges of Professional Services Fees INDEX
1. Less than $100,000 5. $1 million to $2 million 2. $100,000 to $250,000 6. $2 million to $5 million 3. $250,000 to $500,000 7. $5 million to $10 million 4. $500,000 to $1 million 8. $10 million or greater
Experience Profile Code Numbers for use with questions 11, 12 and 13 001 Acoustics, Noise Abatement 037 Fisheries; Fish Ladders 065 002 Aerial Photogrammetry 038 Forestry & Forest Products 066 003 Agricultural Development; Grain Storage; 039 Garages; Vehicle Maintenance Facilities; 067
Farm Mechanization Parking Decks 068 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 005 Airports; Navaids; Airport Lighting; 041 Graphic Design
Aircraft Fueling 042 Harbors; Jetties, Piers, Ship Terminal Facilities 070 006 Airports; Terminals & Hangars; Freight Structures or Components 071
Handling 043 Heating, Ventilating, Air Conditioning 072 007 Arctic Facilities 044 Health Systems Planning 073 008 Auditoriums & Theaters 045 Highrise; Air-Rights-Type Buildings 074 009 Automation; Controls; Instrumentation 046 Highways; Streets; Airfield Paving; Parking Lots 075 010 Barracks; Dormitories 047 Historical Preservation 076 011 Bridges 048 Hospital and Medical Facilities 077 012 Cemeteries 048A Medical Facilities - Mental Health 078 013 Chemical Processing & Storage 048B Medical Facilities - Acute Care 079 014 Churches; Chapels 048C Medical Facilities - Ambulatory Care, Clinics 080 015 Codes; Standards; Ordinances 049 Hotels, Motels 081 016 Cold Storage; Refrigeration; Fast Freeze 050 Housing (Residential, Multi-Family; 082 017 Commercial Building (low rise); Shopping Apartments; Condominiums) 083
Centers 050A Housing - Residential Mental Health 084 018 Communication Systems; TV; Microwave 050B Housing - Resid. Mental Ret. /Group Home 084A 019 Computer Facilities; Computer Service 050C Housing - Elderly 084B 020 Conservation and Resource Management 050D Housing - Assisted Living 084C 021 Construction Management 051 Hydraulics and Pneumatics 084D 022 Corrosion Control; Cathodic Protection; 052 Industrial Buildings; Manufacturing Plants 084E
Electrolysis
053 Industrial Processes; Quality Control 084F 023 Cost Estimating 054 Industrial Waste Treatment 085 024 Dams (Concrete; Arch) 055 Interior Design; Space Planning 086 025 Dams (Earth; Rock); Dikes; Levees 055A Facilities Management 088 026 Desalination (Process & Facilities) 056 Irrigation; Drainage 088A 027 Dining Halls; Clubs; Restaurants 057 Judicial and Courtroom Facilities 088B 028 Ecological & Archeological Investigations 058 Laboratories; Medical Research Facilities 088C 029 Educational Facilities; Classrooms 058A Laboratories; Commercial 089 029A Educational Facilities; Higher Ed 058B Laboratories; Higher Ed Research Sciences 090 029B Educational Facilities; Secondary Ed 058B Laboratories; Heavy Equipment 091 029C Educational Facilities; Elementary Ed 058C Laboratories; Pathology, Medical Examiner 092 029D Educational Facilities; Child Day Care 058D Laboratories; Crime Investigation 093 030 Electronics 059 Landscape Architecture 094 031 Elevators; Escalators; People Movers 060 Libraries; Museums; Galleries 095 032 Energy Conservation; New Energy Sources 061 Lighting (Interiors; Display; Theatre, Etc.) 096 032A Sustainable Design 062 Lighting (Exteriors) 097 033 Environmental Impact Studies, 063 Materials Handling Systems; Conveyors; 098
Assessments or Statements Sorters 099 034 Fallout Shelters; Blast-Resistant Design 064 Metallurgy 099A 035 Field Houses; Gyms; Stadiums 036 Fire Protection
Microclimatology; Tropical Engineering 100 Special Environments; Clean Rooms, Etc. Military Design Standards 101 Structural Design; Special Structures Mining and Mineralogy 102 Surveying; Platting; Mapping; Flood Plain Missile Facilities (Silos; Fuels; Transport) Studies Modular Systems Design; Pre-fabricated 103 Swimming Pools
104 Storm Water Handling & Facilities Naval Architecture; Off-Shore Platforms 105 Telephone Systems (Rural; Mobile Nuclear Facilities; Nuclear Shielding Intercom, ; Etc.) Office Buildings; Industrial Parks 106 Testing & Inspection Services Oceanographic Engineering 107 Traffic & Transportation Engineering Ordnance; Munitions; Special Weapons 108 Towers (Self-Supporitng & Guyed Systems) Petroleum Exploration; Refining 109 Tunnels & Subways petroleum and Fuel (Storage and Distribution) 110 Urban Renewals; Community Development Pipelines (Cross-Country - Liquid & Gas) 111 Utilities (Gas & Steam) Planning (Community, Regional 112 Value Analysis; Life-Cycle Costing Planning (Site, Installation, and Project) 113 Warehouses & Depots Plumbing and Piping Design 114 Water Resources; Hydrology; Ground Water Pneumatic Structures, Air-Support Buildings 115 Water Supply; Treatment and Distribution Postal Facilities 116 Wind Tunnels; Research/Testing Facilities Power Generation, Transmission, Distribution Design Prisons & Correctional Facilities 117 Zoning; Land Use Studies Correctional Facilities - Minimum Security 201 Correctional Facilities - Medium Security 202 Correctional Facilities - Maximum Security 203 Correctional Facilities - Youth Detention 204 Public Safety Facilities - Police/Fire Stations 205 Public Safety Facilities – Training Product, Machine & Equipment Design Radar; Sonar; Radio & Radar Telescopes Recreation Facilities ( Parks, Marinas, Etc.) Recreation Facilities - Ice Rinks Recreation Facilities - Senior/Community Centers Park Support Facilities (Bath House; Visitor Center) Rehabilitation (Buildings; Structures; Facilities) Resource Recovery; Recycling Radio Frequency Systems & Shieldings Rivers; Canals; Waterways; Flood Control Safety Engineering; Accident Studies, OSHA Studies Security Systems; Intruder & Smoke Detection Seismic Designs and Studies Sewage Collection, Treatment and Disposal Soils & Geologic Studies; Foundations Solar Energy Utilization Solid Wastes; Incineration; Land Fill Hazardous materials Abatement
Updated February 2011 DSB Master File Brochure Page 2
11. Profile of Firm’s Project Experience, Last 5 Years Profile Code No. of Projects Total Gross Fees
(in thousands) Profile Code No. of Projects Total Gross Fees
(in thousands) Profile Code No. of Projects Total Gross Fees
(in thousands) 1. 11. 21. 2. 12. 22. 3. 13. 23. 4. 14. 24. 5. 15. 25. 6. 16. 26. 7. 17. 27. 8. 18. 28. 9. 19. 29. 10. 20. 30.
12. List all current Projects (except for work for the Commonwealth) for which Prime Applicant is performing or is under contract to perform any design services (add/subtract rows as needed).
Profile Code
Role P, C, JV *
Phases St., Sch., D.D., C.D.,A.C. *
Project Name, Location & Principal-in-Charge Owner Name & Address (Include Contact name and phone number)
Project Cost (in thousands)
Completion Date (Actual or Estimated)
(R)Renovation or (N)New
1.
2.
3.
4.
5.
6.
7.
Updated February 2011 DSB Master File Brochure Page 3
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
Updated February 2011 DSB Master File Brochure Page 4
13. List all Projects completed within the past 5 years for which Prime Applicant has performed, or has entered into a contract to perform any design services for all public agencies within the Commonwealth (add/subtract rows as needed).
Profile Code
Role P, C, JV
Phases St., Sch., D.D., C.D.,A.C.
Project Name, Location & Principal-in-Charge Owner Name & Address (Include Contact name and phone number)
Project Cost (in thousands)
Completion Date (Actual or Estimated)
(R)Renovation or (N)New
1.
2.
3.
4.
5.
6.
7.
8.
14. Professional Liability Insurance:
Professional Liability Policy Certificate Number Present Policy Expiration Date Aggregate Amount Payable
15. I certify that all information is submitted under the penalties of perjury and that I am familiar with the Mass. State Building Code and also Mass. General Laws, Chapter 149, Section 44A-44H, Section 44M, and Chapter 30, Section 39M. I also certify that the undersigned is an Authorized Signatory of the Firm and is a Principal or Officer of the Firm.
Submited by (Signature) Printed Name and Title Date
* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract
Updated February 2011 DSB Master File Brochure Page 5
Updated July 2011 DSB Application Form Page 1
1. Project Name/Location for Which Firm is Filing: 2a. DSB # Item #
Commonwealth of Massachusetts DSB Application Form
(Updated July 2011)
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) SDO Certified Minority Business Enterprise (MBE) Email Address: (2) SDO Certified Woman Business Enterprise (WBE) Telephone No:
Fax No.: (3) SDO Certified Minority Woman Business Enterprise (M/WBE)
4. Personnel From Prime Firm Included In Question #3a Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number Employed Throughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline And, Within Brackets, The Total Number Holding Massachusetts Registrations):
Admin. Personnel ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )
Architects ( ) Electrical Engrs. ( ) Mechanical Engrs. ( ) ( )
Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urban./Reg. ( ) ( )
Civil Engrs. ( ) Fire Protection Engrs. ( ) Specification Writers ( ) ( )
Code Specialists ( ) Geotech. Engrs. ( ) Structural Engrs. ( ) ( )
Construction Inspectors ( ) Industrial Hygienists ( ) Surveyors ( ) ( )
Cost Estimators ( ) Interior Designers ( ) ( ) ( )
Drafters ( ) Landscape Architects ( ) ( ) Total ( )
5. Has this Joint-Venture previously worked together? Yes No
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:
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
User Agency
Project Manager for Design
Project Manager for StudyPrime Consultant Principal-In-Charge
DCAM
Updated July 2011 DSB Application Form Page 2
Updated July 2011 DSB Application Form Page 3
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 Which Employed, If Not Current Firm):
h. Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed , If Not Current Firm):
Updated July 2011 DSB Application Form Page 4
8a. Current and Relevant Work By Prime Applicant Or Joint-Venture Members. Include ONLY Work Which Best Illustrates Current Qualifications In The Areas Listed In The DSB Advertisement (List Up To But Not More Than 5 Projects).
e. Project Cost (In Thousands) a. Project Name and Location Principal-In-Charge
b. Brief Description Of Project and Services (Include Reference To Areas Of Experience Listed In DSB Advertisement)
c. Client’s Name, Address and Phone Number. Include Name Of Contact Person
d. Completion Date (Actual Or Estimated)
Construction Costs(Actual, Or Estimated If Not Completed)
Fee For Work For Which Firm Was Responsible.
(1)
(2)
(3)
(4)
(5)
Updated July 2011 DSB Application Form Page 5
8b. List Current and Relevant Work By Sub-Consultants Which Best Illustrates Current Qualifications In The Areas Listed In The Advertisement (Up To But Not More Than 5 Projects For Each Sub-Consultant). Use Additional Sheets Only As Required For The Number Of Sub-Consultants Requested In The Advertisement and They Must Be In The Format Provided.
Sub-Consultant Name: e. Project Cost (In Thousands) a. Project Name and Location
Principal-In-Charge b. Brief Description Of Project and
Services (Include Reference To Areas Of Experience Listed In DSB Advertisement)
c. Client’s Name, Address and Phone Number (Include Name Of Contact Person)
d. Completion Date (Actual Or Estimated)
Construction Costs (Actual, Or Estimated If Not Completed)
Fee for Work for Which Firm Was Responsible
(1)
(2)
(3)
(4)
(5)
Updated July 2011 DSB Application Form Page 6
9.
List All Projects Within The Past 5 Years For Which Prime Applicant Has Performed, Or Has Entered Into A Contract To Perform, Any Design Services For All Public Agencies Within The Commonwealth.
# of Total Projects:
# of Active Projects: Total Construction Cost (In Thousands)
of Active Projects (excluding studies):
Role P, C, JV
*
Phases St., Sch., D.D., C.D.,A.C. *
Project Name, Location and Principal-In-Charge: Awarding Authority (Include Contact Name and Phone Number)
Construction Costs (In Thousands) (Actual, or Estimated if Not
Completion Date (Actual or Estimated) (R)Renovation or (N)New
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch. = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract
Updated July 2011 DSB Application Form Page 7
10. Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And That Of Your Sub-Consultants For The Proposed Project.
If Needed, Up To Three, Double-Sided 8 ½” X 11” Supplementary Sheets Will Be Accepted. APPLICANTS ARE REQUIRED TO RESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED IN THE ADVERTISEMENT.
Be specific – No Boiler Plate
11. Professional Liability Insurance: Name of Company Aggregate Amount Policy Number Expiration Date
12. Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary).
13. Name Of Sole Proprietor Or Names Of All Firm Partners and Officers:
Name Title MA Reg # Status/Discipline Name Title MA Reg # Status/Discipline a. d. b. e. c. f.
14.
If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # Status/Discipline Name Title MA Reg # Status/Discipline a. d. b. e. c. f.
15. Names Of All Owners (Stocks Or Other Ownership): Name and Title % Ownership MA Reg.# Status/Discipline Name and Title % Ownership MA Reg.# Status/Discipline
a. d. b. e. c. f.
16.
I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a “Designer”, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to construction management or the preparation of master plans, studies, surveys, soil tests, cost estimates or programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.
Submitted By (Signature)
__________________________________________________
Printed Name and Title _______________________________
Date ____________
The following forms MUST be attached to only ONE (ORIGINAL Copy) application: 1. SDO Certification required for MBE/WBE Firms; 2. Sub-Consultant Acknowledgment.
Updated July 2011 DSB Sub-Consultant Form
DSB S-CA
Commonwealth of Massachusetts Designer Selection Board SUB-CONSULTANT ACKNOWLEDGMENT
Project:
Applicant Designer:
Sub-consultant:
SUB-CONSULTANT ACKNOWLEDGMENT
The sub-consultant named above hereby certifies that it has been notified by the Applicant Designer that it has been nominated to perform work on the Applicant Designer’s team for the above Project, which is under consideration at the Designer Selection Board.
Signature of Sub-Consultant Duly Authorized Representative
Print Name and Title
Date
It is a requirement that all applicants supply this document signed, attached to the application, for each of the listed sub-consultants stating that they are aware and agree to being nominated by said applicant designer. One copy must have an original signature. Electronic signatures are accepted.
Study & Design Form Revised 1-12
COMMONWEALTH OF MASSACHUSETTS
DESIGNER SELECTION BOARD PROJECT CRITERIA
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
LAST DATE FOR FILING APPLICATION IS: May 30, 2012 at 2:00 PM
The Board requests applications to be submitted by any of the following firms:
( X ) Architect ( ) Engineer
( X ) Architect/Engineer (A/E) ( ) Other:
PROJECT NUMBER: UMA1201 ST1
PROJECT TITLE: UMA - Physical Sciences Building – New Facility (Study)
PROJECT LOCATION: University of Massachusetts Amherst (UMass Amherst)
AWARDING AGENCY: Division of Capital Asset Management (DCAM)
APPROPRIATION SOURCE: 2008 Higher Education Bond Bill 4538
AVAILABLE AMOUNT: $85,000,000 subject to legislation
ESTIMATED CONSTRUCTION COST: Approximately $60,000,000
TOTAL FEE, excluding reimbursable expenses 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) $750,000 dollars
( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, §38G (a),
based on the approved estimated construction cost in the certified study. 7.5%
percent
IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY
( ) OTHER:
It is intended that the following continued services will be required of the selected Designer, and approval of the Designer
by the DSB for the study phase shall also constitute approval of the Designer for continued services at the Awarding
Authority’s discretion. If the Awarding Authority determines that the continued services will not be required of the
Designer then the Awarding Authority must notify the Designer and the Board, upon making that determination.
( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS
( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS
( X ) CONSTRUCTION PLANS AND SPECIFICATIONS
( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT
( ) OTHER:
MBE/WBE PARTICIPATION:
In accordance with M.G.L. C.7, § 40N and Executive Orders 524 and 526, DCAM has established a minimum combined
MBE/WBE participation goal of 17.9% of the overall value of the study and final design contracts for this
project. Applicants must utilize a mix of both MBE and WBE firms whose participation, when added together, meets the
overall combined goal set for the Contract. The combined goal requires a reasonable representation of both MBE and
WBE firm participation. The Combined MBE/WBE goal must be met within the list of requested prime and sub-
consultants. All applicants must indicate in the prime firm’s application how they or their consultants will meet these
goals and will be evaluated on that basis. Further information about the MBE/WBE Program appears in the DSB Public
Notice at pages 4-8 titled “Participation by Minority Owned Businesses and Woman Owned Businesses,” in the
Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) at Attachment C, in the Commonwealth of
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 2 of 9
Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and on
the Supplier Diversity Office (formerly SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE
firms as prime consultant are encouraged. Applicants that are themselves MBE or WBE certified will be required to bring
a reasonable amount of participation by a firm(s) that holds the certification which is not held by the applicant to the
project. Proposed MBE/WBE participation plans that include solely MBE or solely WBE participation, or have only
nominal participation by one or the other to meet the combined goal, will not be considered responsive. Applicants are
strongly encouraged to utilize multiple disciplines and firms to meet the MBE/WBE goal. Consultants to the prime can
team within their disciplines in order to meet the MBE/WBE goal, but must state this relationship on the organizational
chart (Section 6 of the application form).
APPROPRIATION LANGUAGE:
House Bill No. 4538. “To provide for a program of capital improvement to public higher education institutions of the
Commonwealth….. For costs associated with planning and studies….. preparation of plans and specifications, repairs,
construction, renovations, improvements, maintenance and repair…… at the University of Massachusetts campus facilities
and grounds…………
GENERAL SCOPE OF WORK:
Certifiable Study for new construction of a Physical Sciences Building The Division of Capital Asset Management, working with UMass Amherst, seeks expert professional services for the
detailed study and final design for a proposed new Physical Sciences Building.
Project Goals
The proposed new Physical Sciences Building is intended to provide science lab and support space to meet the needs of
UMass Amherst. This Study will provide new and renovated space up to 130,000 GSF of new wet and dry research labs,
office, and lab support facilities for laboratory research programs potentially in the chemical and physical sciences.
Specialized shared laboratories (clean rooms and imaging facilities) will be an important part of the program. Site planning
and infrastructure analysis for potential future expansion will be part of the study phase of the project.
Sustainable Design and Construction
The University is beginning an important phase of capital improvement through renovation and new building construction.
The rapidly escalating cost of building and renovating science facilities requires identification of the best approaches to
achieving and maintaining national laboratory standards while controlling the overall costs of constructing and operating
these science facilities. UMass Amherst has developed a sustainable building design policy and program to ensure that the
campus will commit to a resource and energy conservation program based on continual improvement in the design and
construction of new buildings and major renovations. An Energy Management Consultant will be included in the Prime
basic services to advocate for achieving sustainable design features; meeting energy and water reduction goals, promoting
the teamwork and collaboration necessary to evaluate the complex interactions required in an integrated design process and
providing conceptual energy modeling services. LEED management and utility rebates will be part of the study and design
services.
Universal Landscape and Architectural Design
The new facility presents an opportunity to integrate architecture, site and landscape into a single, universally accessible
design. The design will, in particular, avoid reliance on any of the “special” accommodations (furnishings, ramps, and
signage) encouraged by Code and will wherever possible exceed Code by providing common solutions that benefit
everyone.
Overview
The University of Massachusetts Amherst is a Carnegie Research Extensive University that competes nationally in many
scientific fields at the highest level of teaching and research. The University is in the process of implementing a strategic
growth plan to increase enrollment, add new faculty in all fields including the science and engineering research disciplines,
and increase research funding from public sources and through increased partnerships with private industry. The continued
ability of UMass Amherst to attract and retain the next generation of the highest caliber faculty and students requires
renewal and expansion of the facilities.
The University’s Comprehensive Science and Engineering Facilities Plan (CS&EFP), the University’s strategic plan for
science and engineering departments, focuses on providing modern and advanced facilities for the programs with the
greatest needs: science and engineering research laboratories as well as teaching laboratories. The most cost effective
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 3 of 9
strategy for implementation has been determined to be the construction of new facilities for the life, chemical, and physical
sciences, renovating existing and older facilities for sciences that do not require extensive MEP support services, and
repurposing the oldest facilities for non-science uses.
This approach will support the faculty and student growth while accelerating the introduction of energy efficient buildings
that are designed to provide advanced energy and water efficient features in all new and renovated laboratory facilities.
The preliminary program that was produced by the CS&EFP is the starting point for the Study. Review, updating, and
further development of this preliminary program will determine how best to proceed with facilities planning for building of
up to 130,000 gross square feet. The program may include laboratories and support spaces for the chemical and physical
sciences as well as specialized shared laboratories such as clean rooms and imaging facilities that meet urgent needs for the
physical sciences, engineering departments, and other science departments including the storage and handling of chemical
and research waste. Building support spaces may include instructional spaces, public gathering spaces, building café,
outdoor gathering and landscaped areas in addition to normal building operation spaces
The construction of new space to meet high-end facility needs is a critical part of UMass Amherst’s long-term strategy to
improve all science and engineering facilities. The high proportion of existing building inventory in poor condition is a
primary driver of this strategy. Disposition of existing facilities has been carefully considered as part of this strategy that
includes an aggressive approach to reducing the campus backlog of deferred maintenance. New construction for the most
complex lab space enables renovation of other buildings that are in fair to good condition, repurposing some buildings that
will not effectively support science, and demolition of buildings that can no longer provide efficient space for science and
engineering, and that have excessively high costs to renovate and operate.
Study Process
The Study will involve an interactive planning process with UMass academic leaders, academic program representatives for
both research labs and shared support labs, UMass Amherst facilities administrators , and DCAM. Weekly work sessions
with the study team will be held along with periodic workshops that invite UMass and DCAM to identify potential
obstacles and expedite decision making. The study and subsequent design process will be conducted within the parameters
established by UMass Amherst and DCAM. It is expected that the Lead Principal-In-Charge will participate throughout all
phases of the study.
Sciences Area of the Academic Core Campus
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 4 of 9
Potential Building Sites
UMass Amherst will provide the Designer with up
to three sites in the campus core area that meet the
requirements of the Physical Sciences Building
program. All sites satisfy to varying degrees
proximity to existing departmental resources that
will make possible the sharing of resources and
equipment as well as promote interdisciplinary
research initiatives. All sites also meet the
requirements for site size and infrastructure.
Specific details of these sites and preliminary
evaluations conducted by the UMass Amherst
Divisions of Facilities Planning and Campus
Planning will be forwarded to the selected design
firm at the commencement of the project. It will
be the responsibility of the prime and the design
team to fully analyze relevant aspects of each site
in accordance with the DCAM Study Guidelines
as well as to commission necessary and required
investigations of surface and subgrade site
characteristics. The work plan proposed by the
selected design team shall include early and timely
completion of site analysis and comparison of
advantages and issues for review and approval by
UMass Amherst and DCAM.
All of the potential sites include existing buildings for which UMass Amherst has conducted preliminary building
assessments. The Designer will be responsible for review and analysis of possible reuse or renovation of an existing
building as part of the project program and concept development study that may combine new construction with renovation.
SCOPE OF WORK:
The consultant must be prepared to enter into a contract and begin work immediately upon selection. Interim reports and
other deliverables will be produced at milestones during the Study. In accordance with the DCAM Designer Procedures
Manual, the study phase will include but not be limited to, the following stages and deliverables:
ST-01 Problem Statement and Work Plan
Development of a work plan to serve as guide for the study to include the vision and goals for the project, a full break down
of tasks, fee schedule, and deliverables, MBE/WBE participation and a project timeline to serve as a basis from study
through occupancy.
ST-02 Information Gathering and Analysis
Documentation of all existing information, gathering & analysis of technical pre-design information, and detailed space
programming needs to include:
a. Programmatic information:
Provide review, revision and development of the detailed space program, including needs, requirements and
justification, and develop a preliminary tabular program of net square feet with net to gross ratio, typical room
layout and adjacency diagrams indicating key relationships, trends, methodology and utilization analysis, and
technical requirements. The program will be endorsed by DCAM and UMass Amherst key stakeholders.
Establish design concepts that are consistent with the parameters established by UMass Amherst and DCAM.
Benchmark against peer institutions, identify comparable facilities and/or program facilitate a tour and document
findings.
Existing Science Buildings
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 5 of 9
Review and recommend resolution of code issues which may affect the program.
b. Existing building and site information:
Site utilities and geotechnical soil investigations.
Site analysis of selected building site and documentation of code issues, universal access, building and structural
systems requirements and proposal to comply with Executive Order 484 (energy and water impacts and
opportunities).
Review and analysis of possible reuse or renovation of an existing building as part of the project program. The
sites under consideration may be adjacent to historical/legacy buildings and may involve adaption, connection, or
relocation of a legacy building.
c. Cost
Initial construction, operating cost estimates and life cycle costs.
d. Schedule
Preliminary project schedule and a list of potential permits, and regulatory agencies that can potentially affect
timeline.
ST-01R Problem Restatement and Work Plan Revision
Compare information gathered against the original goals that were agreed upon at the start of the project. A course
correction may be necessary at this stage and some goals revised or modified based on new information. New opportunities
may have been uncovered which may fundamentally alter how the project is viewed. Conversely, constraints of budget or
physical conditions of the site or buildings may require re-thinking of original intentions.
Submit a revised work plan reflecting the new realities of the project to include: revised program data, revised
budget, and revised schedule and revised goals.
ST-03 Potential Solutions
Development and testing of several physical solutions and program groupings to include:
a. Program
A minimum of 3 conceptual options with blocking and stacking diagrams to illustrate optimal adjacencies and
interaction opportunities for each site and all back-fill opportunities.
Present pros and cons analysis in regards to program vision and potential impact on overall campus enhancement.
b. Building
Evaluate options with respect to feasibility, achievement of design objectives in terms of building and site and
sustainable approach.
c. Cost
a. Evaluate options with respect to construction costs, operating costs and life cycle costs.
d. Schedule
Evaluate options with respect to project schedule and implementation requirements. Identify swing space needs
and guidelines to help create minimal construction disruption based on anticipated academic schedule.
Products: Presentation and workshop materials; including 3 presentations to the UMass Amherst Executive Committee.
ST-GW Global Workshop
A Global Workshop led by the designer should take place where project participants and interested parties will be given a
chance to comment on all the alternatives with a recommendation of a site and concept for further development..
ST-04 Consensus Solution
Development of a preferred option report and presentation to include the following:
a. Programmatic Information
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 6 of 9
A full space program; a complete tabular program listing all spaces; a relationship diagram depicting important
adjacencies and detailed information about the requirements of each space; finalized room data sheets.
b. Building
Develop a schematic architectural design set of documents including conceptual plans, elevations, building
sections, architectural room layouts, equipment’s list and performance requirements, LEED checklist and outline
specifications.
c. Cost
Detailed cost estimate in Uniformat, operating costs, and life cycle costs.
d. Schedule
Implementation plan addressing schedule, phasing, detailed review of applicable codes, permits and other
necessary results such as accessibility; compliance with Executive Order 484 and others.
ST-05 Draft and Final Report
Draft report compiling and revisiting the products for review.
A final report, including an executive summary and project narrative, is prepared and submitted for certification in
required digital and hard copy formats.
Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this
contract.
ADDITIONAL SUPPORTING DOCUMENTS:
The scope of work for this project is supported by the materials listed below, which are available for review and download
on the Designer Selection Board website.
1. CS&EFP: http://www.mass.gov/anf/docs/dcam/dsblist/dsb120602-uma-csefp-option-5-12-3-29.pdf
2. UMass Design Guidelines (http://www.umass.edu/fp/projectmanagement/designguidelines/ )
3. Green Building Guideline (http://www.umass.edu/fp/Sustainability%20Plan.pdf)
4. University and College Information: Background information regarding UMass Amherst and the Colleges and
Departments listed in this Ad can be found on the UMass website (http://www.umass.edu/).
GENERAL CONDITIONS OF THIS CONTRACT:
Study Contract
DCAM has established a goal of nine months to complete this study. If selected for study services, the applicant agrees to
execute the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) (“Study Contract”) or its
successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved
products in accordance with the approved work plan.
http://www.mass.gov/anf/docs/dcam/dlforms/forms/dcam-standard-study-contract.rtf
Design Contract
DCAM has established a goal of eighteen months to complete design (SD, DD and CD) for this project. At the conclusion
of the study, if the applicant is requested by DCAM to perform final design services, the applicant agrees to execute the
Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1
(“Design Contract”) or its successor, without revisions or modifications.
http://www.mass.gov/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.rtf
Financial Statement
Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed
$10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer
shall:
a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance
(DCAM), and continue to do so annually throughout the term of the contract;
b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,
and expresses their opinion regarding those controls.
1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised
2/10) replaces the former DCAM Form C-2 Contract for Designer Services.
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 7 of 9
DCAM Procedures
The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008
(http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf). Applicants are urged to review
and become familiar with the following supplemental material, which is available on the web at:
http://www.mass.gov/dcam.
PMAS
Consultants will be required to use DCAM's electronic web-based Project Management and Accounting System (PMAS)
as a repository for all project correspondence, documentation, and project budgeting, and scheduling. No special software
is required.
Workshops
DCAM and the Designer will hold periodic workshops to ensure that critical issues are not overlooked and that all team
members have an opportunity to contribute their expertise, to anticipate potential obstacles, to identify potential solutions,
and to expedite the decision-making process. Attendance by key design team members will be required at all workshops.
Executive Order 484
This project shall comply with all applicable requirements of Executive Order 484 (EO 484): see
http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html.
All building studies shall include preliminary estimates of the 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.
Universal Design
In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board
(http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and
the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed
design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must
comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age,
ability, language, ethnicity and economic circumstance. DCAM welcomes innovative design strategies that are
simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility
regulations.
Environmental and other supplemental services
DCAM reserves the right to obtain supplemental services through independent consultants who will collaborate with the
prime and the project team.
Construction Specifications
The designer shall utilize the DCAM Standard Specification.
Cost Estimating
Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the
requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase
and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be
found at http://www.mass.gov/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at
http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf.
Building Information Modeling
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 8 of 9
Building Information Modeling (BIM) will be used in the study, design, and construction phases of the project, and the
development of a building information model will be included as part of the base fee.
Building Commissioning
DCAM will include building commissioning as part of this project. The Commissioning Agent will develop in
collaboration with DCAM an operations and maintenance plan as a reimbursable expense during the building
commissioning phase. The Designer will meet with DCAM's building commissioning agent during design and
construction to evaluate design proposals for MEP systems to ensure maintainability and operational efficiency.
CM at Risk
The construction of this project will be performed utilizing a construction management at-risk (CMAR, sometimes referred
to as CM/GC) contract in accordance with MGL Chapter 149A. It is anticipated that the CM will be on board during the
Schematic Design phase of Final Design project.
Integrated Project Delivery
DCAM may elect to use a modified form of Integrated Project Delivery (IPD) for this project, as generally described in the
AIA document Integrated Project Delivery: A Guide (2007). (http://www.aiacc.org/site/docs/IPD_Guide_2007.pdf)
According to this guide "integrated projects are uniquely distinguished by highly effective collaboration among the owner,
the lead designer, and the prime constructor, commencing at early design and continuing through to project handover."
DCAM's preliminary approach to IPD will follow the Construction Manager at Risk model, including bringing the CM in
very early in the design phase of the project. Respondents should note their experience, if any, with this approach in
Section 10 of their application.
CONDITIONS FOR APPLICATION:
Current or updated Master File Brochures must be on file with the Board. As a condition of application, each applicant, if
selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000
or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the
Study Contract and Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction
cost). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional
coverage. Note that the requirement for professional liability insurance shall apply to both the Contract for Study Services
and Contract for Final Design and Construction Administrative Services when a project is advertised for both study and
design services.
APPLICATION EVALUATION – PERSONNEL
Applications will be evaluated based on the following lead and sub consultant personnel and extent of compliance with
MBE/WBE participation goals. Please see Section 6 on DSB Application Form: On the organizational chart, identify the
team by listing them in the same order as below. Include resumes for all key personnel proposed for this project.
1. Architect / (Lead) 6. Landscape Architect
2. Mechanical Engineer (M/P/FP) 7. Specifications Consultant (independent consultant required)
3. Electrical Engineer 8. Cost Estimator (independent consultant required)
4. Structural Engineer 9. MA Building Code Consultant (independent consultant required)
5. Civil Engineer 10. Energy Management Consultant
Where an “independent consultant” is required the Applicant may not provide the services “in house.” If the Applicant
plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study
and Final Design should be listed separately on the organizational chart.
DSB LIST # 12-07 ITEM # 1 DSB PUBLIC NOTICE DATE: May 9, 2012
DSB List#_12-07_ Item #_1_, Page 9 of 9
APPLICATION EVALUATION – PROJECT EXPERIENCE
Applications will be evaluated based upon the requirements of M.G.L. Ch. 7 §38F and the work listed on DSB Application
Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas:
Project teams will be evaluated on the proposed team members as well as the firms’ experience in projects of similar type
and scale. Specific evaluation criteria are:
1. The lead has similar and relevant project
experience as the lead programmer in the
strategic university-level planning and
programming of at least three laboratory
science research buildings. Projects for
Carnegie Tier I Research Universities are
considered a plus
4. Documented project experience as the lead designer for
sustainable buildings and sustainable site designs, including
the reduction of energy and water use in laboratory and
science facilities. Experience with DOE Labs 21 program is
a plus.
2. Significant experience by the MEP engineers
with planning, designing and construction
phase services of at least three new
laboratory research science buildings of
similar size and for similar types of science as
described in this solicitation
5. Documented in-house use of Building Information Modeling,
(BIM) in development and coordination of basis of design
and final design documents a plus
3. Demonstrated experience in completed
projects which include design solutions that
integrate specialized lab designs and
equipment needs for the physical sciences as
well as for adaptable and flexible labs that
can be modified over time.
6. Building design and site design experience that includes
evaluation and cost comparisons of multiple options for new
construction and renovation. Demonstrated success in
integrating new construction with historical/legacy buildings
is a plus.
APPLICANTS PLEASE NOTE
A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are
included with this Public Notice and available for download at www.mass.gov\dcam\dsb
Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application
Form (Updated July 2011) may be rejected as non-compliant and not be considered by the Board. Applications received
at the DSB Office after the advertised deadline will not be considered.