Crematory 20110223 Central Register

145
Volume 31, Issue 8, February 23, 2011 The Central Register Published by: The Secretary of the Commonwealth, William Francis Galvin

Transcript of Crematory 20110223 Central Register

Page 1: Crematory 20110223 Central Register

Volume 31, Issue 8, February 23, 2011

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

Page 2: Crematory 20110223 Central Register
Page 3: Crematory 20110223 Central Register

CENTRAL REGISTERPublished weekly by William Francis Galvin, Secretary of the Commonwealth

Volume 31, Issue 8, February 23, 2011

DESIGNER SERVICESRequest for Proposals 1

GENERAL CONTRACTSInvitation to Bid 10

CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 59

CONTRACT AWARDS 70

LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY

Notice of Proposed Disposition of Real Property 78Office of Lease Management 85Groundwater Discharge Permit 87

LIST OF DEBARRED CONTRACTORSDCAM 89Attorney General 90

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST 93

LIST OF DECERTIFIED CONTRACTORSDCAM 94

SUPPLIER DIVERSITY OFFICE (Formerly SOMBWA) 99

DESIGNER SELECTION BOARD 100

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

Page 4: Crematory 20110223 Central Register

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:________________________________________________________

Page 5: Crematory 20110223 Central Register

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:Ayer, Town of Central Fire House Reuse Committee1 Main St.Ayer, MA 01432

David Maher

PHONE: 978-772-8206

PROJECT: The Town of Ayer’s Board of Selectmen and Fire Station Reuse Committee are seeking engineering services to perform an assessment of the former Central Fire Station to determine its suitability for adaptive reuse.

The Station is located at 14 Washington St., which is easily accessed behind the Page-Moore block off of Main St., Ayer. Completed proposals must be returned to the Selectmen’s Office by the deadline.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 978-772-8208

Designer's Fee:Estimated Construction Cost:

SCOPE: Perform inspection of the building and provide recommendations for repairs, rehabilitation and a planning level cost estimate for recommended repairs and planned improvements.

BRIEFING SESSION: Site visit: 3/8/11 10:00 am

DEADLINE FOR APPLICATION FORM:3/18/11 @ 4:30 P.M.

Time Period for Completed Project:

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Selectmen’s Office, 1 Main St., Ayer, 2/14/11 - 2/25/11, Monday - Friday, 9:30 A.M. - 4:30 P.M.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Boston, City of ***CANCELLED***Water and Sewer Commission980 Harrison Ave.Boston, MA 02119

John Sullivan

PHONE:

PROJECT: Request for Proposal (RFP) for Professional Engineering Services for Final Design of Stormwater Recharge Systems in the St. Botolpl Street Area in the Back Bay.

Questions are due by 3/8/11.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 11-206-007

ADDITIONAL INFORMATION

FAX:

Designer's Fee:Estimated Construction Cost: $400,000.00

SCOPE:

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/16/11 @ 12:00 P.M.

Time Period for Completed Project:

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/16/11.

EMAIL:

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

1

Page 6: Crematory 20110223 Central Register

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 ofHousing Authority (BHA)52 Chauncy St. 6th FloorBoston, MA 02111

Kevin Wood

PHONE: 617-988-4563

PROJECT: Switchgear Survey at 21 Elderly Developments.

More information is available in the RFP available at no charge. There is a $5.00 fee if plans are mailed, payable to the BHA (No Cash).

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 0531-01

ADDITIONAL INFORMATION

FAX:

Designer's Fee: Negotiated Estimated Construction Cost: $90,000.00

SCOPE:

BRIEFING SESSION: Site visit: 3/10/11 at 10:00 A.M. at 125 Amory St. Room 122, Boston.

DEADLINE FOR APPLICATION FORM:3/18/11 @ 12:00 P.M.

Time Period for Completed Project:180 - Days

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11 at the above agency address.

EMAIL:

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: Roofing work at various public buildings.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 617-739-7542

Designer's Fee: Negotiated Estimated Construction Cost: $250,000

SCOPE: Design of roof repairs and/or roof replacement at various public buildings. Includes design, bid and construction administration services.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/10/11 @ 2:00 P.M.

Time Period for Completed Project:Fall 2011

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

2

Page 7: Crematory 20110223 Central Register

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:Chester, Town of 15 Middlefield Rd.Chester, MA 01011

Erica Johnson

PHONE: 413-781-6045

PROJECT: Design and engineering for water main replacement, Route 20.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 413-732-2593

Designer's Fee:Estimated Construction Cost: $560,000

SCOPE: Design and engineering services to prepare final plans/specifications for replacement of 1,550 lf of water main, construction administration/monitoring services.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/10/11 @ 3:00 P.M.

Time Period for Completed Project:12/31/11

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11 at 10:00 A.M.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Framingham, Town ofHousing Authority **REVISED**1 John J. Brady DriveFramingham, MA 01760

Ben Yeskey

PHONE: 508-879-7562 ext. 221

PROJECT: Upgrade smoke detector system and additional convenience outlet in 28 two-bedrooms.

Please submit a resume with past qualifications, which should include experience with Housing Authorities and Federal Properties.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 28-1 & 2 Brady & Carlson

ADDITIONAL INFORMATION

FAX:

Designer's Fee: Negotiated $5,000Estimated Construction Cost: $100,000

SCOPE:

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/9/11 @ 3:00 P.M.

Time Period for Completed Project:6 - Months

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY:

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

3

Page 8: Crematory 20110223 Central Register

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:Groton, Town ofElectric Cooperative (GEC)23 Station Ave.Groton, MA 01450

Tammi Lemire

PHONE: 978-448-1150

PROJECT: The Groton Electric Cooperative (GEC) invites sealed bids for Design and Engineering Services for new Office and Garage Facilities.

Sealed bids must be received at the above agency address by the deadline. Bids will be opened and read aloud on 3/25/11 at 2:00 P.M. GEC specifically reserves the right to reject any and all bids, waive any irregularities or informalities or to accept any bid deemed to be in the best interest of the GEC.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 978-448-1159

Designer's Fee:Estimated Construction Cost:

SCOPE:

BRIEFING SESSION: Site Walk: 3/9/11 at 10:00 A.M. or upon request.

DEADLINE FOR APPLICATION FORM:3/25/2011 @ 2:00 p.m.

Time Period for Completed Project:

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Above agency address or by contacting Tammi Lemire at 978-448-1150.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Halifax, Town of Office of the Town Administrator499 Plymouth St.Halifax, MA 02338

Charlie Seelig

PHONE: 781-294-1316

PROJECT: Owner's Project Manager for Council on Aging Center.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 2011-01

ADDITIONAL INFORMATION

FAX: 781-294-7684

Designer's Fee: Negotiated Estimated Construction Cost: $1.5 Million - $2 Million

SCOPE: Project Management Services for the design of a new Council on Aging to replace the existing Council on Aging.

BRIEFING SESSION: 3/2/11 at 10:00 A.M.

DEADLINE FOR APPLICATION FORM:3/9/11 @ 2:00 P.M.

Time Period for Completed Project:11/1/13

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11 at 9:00 A.M.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

4

Page 9: Crematory 20110223 Central Register

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:Halifax, Town ofOffice of the Town Administrator499 Plymouth St.Halifax, MA 02338

Charlie Seelig

PHONE: 781-294-1316

PROJECT: Architect for Council on Aging Center.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 2011-02

ADDITIONAL INFORMATION

FAX: 781-294-7684

Designer's Fee: Negotiated Estimated Construction Cost: $1.5 Million - $2 Million

SCOPE: Architectural and engineering design services, bidding and construction administration for new Senior Center.

BRIEFING SESSION: 3/10/11 at 10:00 A.M

DEADLINE FOR APPLICATION FORM:3/23/11 @ 2:00 P.M.

Time Period for Completed Project:11/1/13

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11 at 9:00 A.M. at www.town.halifax.ma.us/ifbrfp.html

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830

Robert DeFusco

PHONE: 978-420-3606

PROJECT: Facade Improvement Program.

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.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: RFQ021.11

ADDITIONAL INFORMATION

FAX: 978-521-4348

Designer's Fee: Negotiated $3,000Estimated Construction Cost: $100,000

SCOPE: The City is seeking architectural consultant for a Façade Improvement Program to generate economic revitalization by offering assistance to owners to improve the appearance of their storefronts. Anticipates four Façade Improvement Projects annually.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/17/11 @ 2:00 P.M.

Time Period for Completed Project:May 2011 - June 2012

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Online at www.ci.haverhill.ma.us or www.comm-pass.com.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

5

Page 10: Crematory 20110223 Central Register

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:Hopkinton, Town ofPublic Schools89 Hayden Rowe St.Hopkinton, MA 01748

Ralph O. Dumas, Jr

PHONE: 508-417-9385

PROJECT: Construction Manager at Risk Consulting Services for Hopkinton Elementary School Project.

CM at Risk experience required.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 508-497-9833

Designer's Fee: Negotiated Estimated Construction Cost: $38,500,000

SCOPE: Consultant will assist the Owner's Project Manager intermittently with project setup, CMR selection, design phase performance, GMP development, construction phase performance.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/11/11 @ 12:00 P.M.

Time Period for Completed Project:Spring 2011 - Summer 2013

CONTRACT INFORMATION:

CM at Risk Consultant

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Lynn, City of Inspectional Services Department3 City Hall Square Room 401Lynn, MA 01901

Michael J. Donovan, P.E./Building Commissioner

PHONE: 781-598-4000

PROJECT: Statement of Qualification for On-Call Environmental Consulting Services.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 781-477-7031

Designer's Fee: Negotiated Estimated Construction Cost:

SCOPE: Environmental surveys, work plans, preparation of specs for remediation plans for hazardous materials as required in City of Lynn municipal and school buildings.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/16/11 @ 4:00 P.M.

Time Period for Completed Project:

CONTRACT INFORMATION:

Massachusetts Registration/Certification

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11 at the above agency address.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

6

Page 11: Crematory 20110223 Central Register

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:Southbridge, Town of Economic Development and Planning Department41 Elm St.Southbridge, MA 01550

Cassandra Acly

PHONE: 508-764-5402

PROJECT: Final Engineering/Design for Henry St.

RFP Packets cannot be emailed or faxed. Respondents may receive packets free of charge in person, by US Post or by providing courier account information.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 508-764-5425

Designer's Fee: Negotiated Estimated Construction Cost: $300,000.00

SCOPE: Engineering services to prepare bidding/construction documents for reconstruction of Henry St. roadway and sidewalk. Preliminary engineering has been completed. Roadway is approximately 600 Linear Feet.

BRIEFING SESSION: 3/8/11 at 10:00 A.M. in the GAR Hall.

DEADLINE FOR APPLICATION FORM:3/15/11 @ 2:00 P.M.

Time Period for Completed Project:Design: March 2011 - May 2011

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Southbridge, Town ofRedevelopment Authorityc/o Economic Development and Planning41 Elm St.Southbridge, MA 01550

Cassandra Acly

PHONE: 508-764-5402

PROJECT: Downtown Traffic Circulation Study in support of a Downtown Revitalization Plan.

RFP Packets cannot be emailed or faxed. Responders may receive the packet free of charge in person, by US Post or by providing courier account information.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 508-764-5425

Designer's Fee: Negotiated Estimated Construction Cost:

SCOPE: Consultant will establish existing conditions and confirm or recommend improvement strategies in a targeted section of Southbridge downtown.

BRIEFING SESSION: 3/9/11 at 10:00 A.M. at the GAR Hall.

DEADLINE FOR APPLICATION FORM:3/14/11 @ 2:00 P.M.

Time Period for Completed Project:March 2011 - September 2011

CONTRACT INFORMATION:

Traffic Circulation Expert

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

7

Page 12: Crematory 20110223 Central Register

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:Greater Lawrence Sanitary District240 Charles St.North Andover, MA 01845

Richard Weare

PHONE: 978-685-1612

PROJECT: Improvements to existing freight Elevator.

This work is being done to comply with findings of a State Inspection report. Time will be of the essence.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: none

ADDITIONAL INFORMATION

FAX: 978-685-7790

Designer's Fee: Negotiated Estimated Construction Cost: $175,000

SCOPE: Prepare report on required improvements, prepare necessary procurement documents, provide construction oversight services.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/11/11 @ 2:00 P.M.

Time Period for Completed Project:6 - 9 Months

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/25/11

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Pioneer Valley Planning Commission (PVPC)60 Congress Street, 1st FloorSpringfield, MA 01104

Andrew Loew

PHONE: 413 781-6045

PROJECT: Chicopee West End Neighborhood Brownfields Planning Project

Project funded by US EPA Brownfields Area Wide Planning pilot grant program. PVPC is the awarding and contracting authority, in consultation with the City of Chicopee. RFP is available at PVPC's front desk, 413 781-6045. Rule for Award is detailed in RFP.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX:

Designer's Fee: Negotiated $141,500Estimated Construction Cost: N/A

SCOPE: Design services to plan revitalization of brownfields in the West End of downtown Chicopee, MA. Includes study of land use, environment, and infrastructure, a market study, and an implementation plan.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/24/11 @ 3:00 P.M.

Time Period for Completed Project:1 year

CONTRACT INFORMATION:

Economic Analyst; Environmental Professional

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 2/23/11

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

8

Page 13: Crematory 20110223 Central Register

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:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128

Jacki Wilkins

PHONE: 617-568-5950

PROJECT: FY12-15 Environmental Management System (EMS) Development and Maintenance.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: AP1202-S1

ADDITIONAL INFORMATION

FAX: 617-568-5998

Designer's Fee: $200,000Estimated Construction Cost:

SCOPE: Consultant to provide environmental management systems consulting services at all Massport facilities.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:3/17/11 @ 12:00 P.M.

Time Period for Completed Project:

CONTRACT INFORMATION:

Request for Qualifications

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY:

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

9

Page 14: Crematory 20110223 Central Register

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:Ayer, Town of Department of Public WorksAdministrative Office25 Brook St.Ayer, MA 01432

Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M.

PHONE: 978-772-8240CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-772-8244

PROJECT:Filter Media Replacement, Spectacle Pond Water Treatment Facility.

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: 3/10/11 @ 9:00 A.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/1/11 at 9:00 A.M. at the above agency address.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Daniel Nason EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Ayer, Town ofBoard of Selectmen1 Main St.Ayer, MA 01432

Above agency address or by contacting 978-772-8210 or [email protected], 2/18/11.

PHONE: 978-772-8210CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-772-3017

PROJECT:The Town is seeking proposals (RFPs) for the upgrade of the heating system of its 18,000 square foot, two-story, oil-heated wastewater treatment plant as part of an energy conservation grant awarded by the DOER. The work includes: Repair or replacement of steam traps and cabinet heaters; installation of steam control valves, aquastats on cabinet heaters, wireless thermostats and a network controller; replacement of weather stripping on doors; cutting and capping of steam piping; and the installation of SAT ceilings/partitions and destratification fans. All work must be completed by 6/30/11.

ESTIMATED COST: $150,000.00

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: 3/11/11 @ 4:00 P.M.

ADDITIONAL INFORMATION Contract is subject to the approval of the Ayer Board of Selectmen. The Town reserves the right to cancel this RFP or reject in whole or in part any and all submittals if the Town determines that cancellation or rejection serves the best interests of the Town.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Robert A. Pontbriand, Town Administrator EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

10

Page 15: Crematory 20110223 Central Register

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 ofHousing Authority146 South St.Hyannis, MA 02601

Above agency address, 2/23/11 after 12:00 P.M.

PHONE: 508-771-7222CONTACT INFORMATION

PROJECT NUMBER: SB1632011

FAX: 508-778-9312

PROJECT:Interior alterations and repairs to include plumbing, electrical, and heating work, finishes and all work as described within the detailed scope of work.

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: 3/9/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Mandatory unit walk-through: 3/2/11 at 7:30 A.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Sandee Perry EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Billerica, Town of Department of Public WorksEngineering Division365 Boston Rd. Room G09Billerica, MA 01821

Above agency address, 3/1/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:30 P.M.

PHONE: 978-671-0955CONTACT INFORMATION

PROJECT NUMBER: AVELING WATER SCREEN REHAB

FAX: 978-671-0958

PROJECT:Traveling Water Screen Rehabilitation: The work for this project includes, but is not limited to, furnishing all labor, materials, equipment and incidentals required to remove, transport, repair, paint, reinstall, test, complete and ready for operation refurbished traveling water screens.

ESTIMATED COST: $120,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/5/11 @ 10:00 A.M.

ADDITIONAL INFORMATION A deposit of $100.00 will be required for each set of Contract Documents in the form of a check, payable to the Town of Billerica, Massachusetts. A non-refundable $50.00 mailing and handling fee will be charged to those requesting that Contract Documents be mailed.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kelley Conway EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

11

Page 16: Crematory 20110223 Central Register

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

AGENCY:Boston, City of Public Facilities Department26 Court St. 10th FloorBoston, MA 02108

Bid Counter at the above agency address, 2/21/11. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.

PHONE: 617-635-4809CONTACT INFORMATION

PROJECT NUMBER: 6952A

FAX: 617-635-0555

PROJECT:Interior Repairs at 1010 Massachusetts Ave. Work includes interior drywall repair,insulation, wall preparation to receive finishes, painting, new window treatments.

ESTIMATED COST: $200,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/11 @ 12:00 P.M.

ADDITIONAL INFORMATION DCAM Certification Category: General Building Construction.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Bid Counter EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Boston, City of Public SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108

Above agency address, 3/10/11.

PHONE: 617-635-9125CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-635-9252

PROJECT:Partial Masonry Restoration to the Patrick Gavin School. Includes but not limited to temporary conditions, selected demolition, clearing drain lines, masonry restoration, caulking and all related work in accordance with 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:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/25/11 @ 12:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Virginia O'Brien EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

12

Page 17: Crematory 20110223 Central Register

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

AGENCY:Boston, City ofParks and Recreation Department1010 Massachusetts Ave. 3rd FloorBoston, MA 02118

2/22/11 after 9:00 A.M.

PHONE: 617-961-3058CONTACT INFORMATION

PROJECT NUMBER: CPR 23198

FAX:

PROJECT:Improvements to Brewer-Burroughs Play Area, Jamaica Plain, 2011. Scope of work includes furnishing all labor, materials and equipment necessary for construction including concrete unit paving, play equipment, safety surfacing, drainage improvements, precast concrete curbing, concrete wall repair, ornamental metal fencing, site furnishings and landscaping.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Plans and Specs will be available for a non-refundable $100 fee for each set in the form of Certified Bank Check or Money Order, payable to the City of Boston.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Cathy Baker-Eclipse EMAIL:

CONTRACTOR QUALIFICATION:

AGENCY:Boston, City ofParks and Recreation Department1010 Massachusetts Ave. 3rd FloorBoston, MA 02118

2/22/11 at 9:30 A.M.

PHONE: 617-961-3025CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Landscape Maintenance Services for Christopher Columbus Park and Doherty Park, Boston, Spring 2011. Scope of Work includes mowing, trimming, mulch, edging, weed removal, soil amendments, aeration, overseeding, irrigation monitoring and repair.

ESTIMATED COST: $35,000/Year, 2nd & 3rd year options

PLANS/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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Specifications will be available for a $50 non-refundable fee in the form of Certified Bank Check or Money order, payable to the City of Boston

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Michele Folts EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

13

Page 18: Crematory 20110223 Central Register

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

AGENCY:Boston, City ofParks and Recreation Department1010 Massachusetts Ave. 3rd FloorBoston, MA 02118

2/22/11 at 9:30 A.M.

PHONE: 617-961-3025CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Artificial Turf Line Striping, City-Wide, Boston, 2011. Scope of Work: Stripe synthetic turf fields for a variety of different sport venues throughout the City of Boston.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Specifications will be available for a non-refundable $50 fee in the form of a Certified Bank Check or Money Order, payable to the City of Boston.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Michele Folts EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Boston, City ofParks and Recreation Department1010 Massachusetts Ave. 3rd FloorBoston, MA 02118

2/22/11 at 9:30 A.M.

PHONE: 617-961-3025CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Granary Burying Ground Landscape Restoration.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Plans and Specifications will be available for a $100 non-refundable fee in the form of Certified Bank Check or Money Order, payable to the City of Boston.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kelly Thomas EMAIL:

CONTRACTOR QUALIFICATION:

14

Page 19: Crematory 20110223 Central Register

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, 3/9/11.

PHONE: 617-635-9252CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-635-9252

PROJECT:Historical Masonry Restoration to the Charles Taylor School. Includes but not limited to temporary conditions, site work, paving, selected demolition, clearing drain lines, masonry restoration, caulking, plastering, painting and all related work in accordance with the plans and specifications.

ESTIMATED COST: $1,350,000.00

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

SUB BID DEADLINE: 3/23/11 @ 12:00 P.M. GENERAL BID DEADLINE: 3/30/11 @ 12:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Virginia O'Brien EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Boston, City ofPublic SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108

Above agency address, 3/9/11.

PHONE: 617-635-9252CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-635-9252

PROJECT:Swimming Pool Renovations at the Joseph Lee and Josiah Quincy Schools. Includes but is not limited to selected demolition finish carpentry, metal doors and frames, finish hardware, ceramic tile, painting, new phenolic lockers and benches, new special needs access lifters, new filtration system, new dehumidification system, plumbing and electric.

ESTIMATED COST: $875,000.00

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: HVAC

SUB BID DEADLINE: 3/24/11 @ 12:00 P.M. GENERAL BID DEADLINE: 3/31/11 @ 12:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Virginia O'Brien EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

15

Page 20: Crematory 20110223 Central Register

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, 3/8/11.

PHONE: 617-635-9252CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-635-9252

PROJECT:Dual Temperature Water Piping Replacement, Richard T. Murphy School: Removal and Replacement of dual water piping mains below building; New piping risers to unit ventilators above; New balancing and shutoff valves, Isolation valves, New pipe insulation.

ESTIMATED COST: $225,000.00

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: 3/22/11 @ 12:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Virginia O'Brien EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Boston, City ofPublic SchoolsOffice of Facilities Management26 Court St. 2nd FloorBoston, MA 02108

Above agency address, 3/2/11.

PHONE: 617-635-9252CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-635-9252

PROJECT:Masonry, Waterproofing and Site Improvements at the Woodrow Wilson School, 18 Craftland Ave., Dorchester. In general includes, but is not limited to the following: Demolition; excavation; waterproofing; paving; landscaping.

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: 3/16/11 @ 12:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Virginia O'Brien EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

16

Page 21: Crematory 20110223 Central Register

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:Braintree, Town of Office of the Chief of Staff and OperationsOne J.F.K. Memorial Drive 2nd FloorBraintree, MA 02184

Above agency address, Monday - Friday, 8:30 A.M. - 4:30 P.M.

PHONE: 781-794-8110CONTACT INFORMATION

PROJECT NUMBER: 11-01

FAX: 781-794-8128

PROJECT:The Town of Braintree bid invites bids for the lay-out and construction of athletic field improvements at Braintree High School. Specifically the Town seeks bids that include preliminary design, engineering, site preparation, excavation, drainage, sub-base preparation, installation, striping and painting of both a synthetic turf field at the site of the current football field suitable for use for football, soccer and lacrosse and a synthetic turf surface measuring 210 feet by 345 feet suitable for use for soccer, lacrosse and field hockey.

ESTIMATED COST: $2,025,000

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: 3/28/11 @ 12:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Peter J. Morin, Chief of Staff & Operations EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Braintree, Town of Public SchoolsBusiness Office348 Pond St.Braintree, MA 02184

Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M.

PHONE: 781-871-9804CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-871-9805

PROJECT:Window Replacement at the following three schools: Morrison Elementary School, 260 Liberty St., Braintree; Highlands Elementary School, 144 Wildwood Ave., Braintree; Hollis Elementary School, 482 Washington St., Braintree.

ESTIMATED COST: $750,000.00

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION A $50.00 deposit is required for bid documents in the form of cash, a certified check, treasurer’s or cashier’s check (Personal and company checks will not be accepted), payable to the Town of Braintree/Braintree Public Schools. Sealed general bids will be received at the above agency address. All parties desiring to submit general bids must submit with their bids a copy of the Contractor's DCAM certificate of eligibility and a DCAM Update Statement for the work category: Windows.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Heather Parke EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

17

Page 22: Crematory 20110223 Central Register

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:Braintree, Town ofHousing Authority25 Roosevelt St.Braintree, MA 02184

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), 2/23/11 after 12:00 P.M.

PHONE: 508-884-5094CONTACT INFORMATION

PROJECT NUMBER: DHCD #040037

FAX: 508-884-5099

PROJECT:Boiler/Furnace Replacements, Scattered (705-1&2) Sites for Braintree Housing Authority.

ESTIMATED COST: $64,845.00

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: 3/15/11 @ 10:00 A.M.

ADDITIONAL INFORMATION Pre-bid walk-through for all the project sites: 3/2/11 at 10.00 A.M. at 285 Quincy Ave., Braintree, and then proceeding to the other project sites.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ravi Addanki EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Braintree, Town ofPublic SchoolsBusiness Office348 Pond St.Braintree, MA 02184

Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M.

PHONE: 781-871-9804CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-871-9805

PROJECT:Roof Replacement at Braintree High School, 128 Town St., Braintree.

ESTIMATED COST: $350,000.00

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Site walk-through: 2/28/11 at 10:00 A.M. at the main entrance door/lobby of the Braintree High School. Deadline for questions is 3/2/11 at 2:00 P.M. Questions will be answered in Addenda issued to those who have obtained drawings and project manuals from the Braintree Public Schools. A $50.00 deposit is required for bid document in the form of cash, a certified check, treasurer’s or cashier’s check (Personal and company checks will not be accepted), payable to the Town of Braintree/Braintree Public Schools. Sealed general bids will be received at the above agency address. All parties desiring to submit general bids must submit with their bids a copy of the Contractor's DCAM certificate of eligibility and a DCAM Update Statement for the work category: Roofing.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Heather Parke EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

18

Page 23: Crematory 20110223 Central Register

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:Braintree, Town ofPublic SchoolsBusiness Office348 Pond St.Braintree, MA 02184

Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M.

PHONE: 781-871-9804CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-871-9805

PROJECT:Window Replacement at East Middle School, 305 River St., Braintree.

ESTIMATED COST: $1,360,000.00

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Site walk-through: 2/28/11 at 11:00 A.M. at the main entrance door/lobby of the East Middle School. Deadline for questions is 3/2/11 at 2:00 P.M. Questions will be answered in Addenda issued to those who have obtained drawings and project manuals from the Braintree Public Schools. A $50.00 deposit is required for bid document in the form of cash, a certified check, treasurer’s or cashier’s check (Personal and company checks will not be accepted), payable to the Town of Braintree/Braintree Public Schools. Sealed general bids will be received at the above agency address. All parties desiring to submit general bids must submit with their bids a copy of the Contractor's DCAM certificate of eligibility and a DCAM Update Statement for the work category: Windows.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Heather Parke EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Brockton, City ofPublic Schools43 Crescent St.Brockton, MA 02301

Online at http://brocktonpublicschools.com/page.cfm?p=64, 2/23/11 at 1:00 P.M.

PHONE: 508-580-7503CONTACT INFORMATION

PROJECT NUMBER: 1180-0116

FAX: 508-580-7587

PROJECT:Energy management controls service that utilize Automated Logic Controls.

ESTIMATED COST: $30,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/11 @ 10:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

George Bezreh EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

19

Page 24: Crematory 20110223 Central Register

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:Chicopee, City ofEngineering Department115 Baskin DriveChicopee, MA 01013

Purchasing Department, 274 Front St., Chicopee, MA 01013, Monday - Friday, 8:00 A.M. - 4:30 P.M.

PHONE: 413-594-1557CONTACT INFORMATION

PROJECT NUMBER: 11/03

FAX: 413-594-1577

PROJECT:School St. area road reconstruction and West St. resurfacing.

ESTIMATED COST: $830,000.00

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Contact the City Engineering Department with any questions at 413-594-3416.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Brian Salamon Purchasing Agent EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Chicopee, City ofPolice Department80 Church St.Chicopee, MA 01013

Purchasing Department, 274 Front St., Chicopee, MA 01013, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 4:30 P.M.

PHONE: 413-594-1557CONTACT INFORMATION

PROJECT NUMBER: quotes

FAX: 413-594-1577

PROJECT:Replacement of target retrieval system at the shooting range at Chicopee Police Department.

ESTIMATED COST: $14,000

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: 3/9/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Contact Lt. Higgins, Chicopee Police Department at 413-594-1730.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Brian Salamon, Purchasing Agent EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

20

Page 25: Crematory 20110223 Central Register

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:Concord, Town ofPublic Works Department135 Keyes Rd.Concord, MA 01742

Above agency address, 2/23/11.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER: 1933

FAX: 978-692-4578

PROJECT:White Pond Replacement Wells.

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: Electrical

SUB BID DEADLINE: 3/9/11 @ 2:00 P.M. GENERAL BID DEADLINE: 3/18/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Refundable Deposit is $75.00, Non-Refundable Handling Fee is $50.00, in the form of two Separate Checks, payable to the Town of Concord.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove. P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Duxbury, Town ofInspectional Services878 Tremont St.Duxbury, MA 02332

Above agency address, 2/23/11. Office Hours: Monday, 8:00 A.M. - 7:00 P.M.; Tuesday - Thursday, 8:00 A.M. - 4:00 P.M.; Friday, 8:00 A.M. - 12:30 P.M.

PHONE: 781-934-1100 ext. 146CONTACT INFORMATION

PROJECT NUMBER: 2011-002

FAX: 781-934-1118

PROJECT:Construction of a Crematory and Cemetery Office Building.

ESTIMATED COST: $1,750,000

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: Masonry, Misc.Metals,Roofing & Flashing, Painting, Waterproofing, Glass & Glazing, Tile, Plumbing, Electrical, HVAC, Metal Windows

SUB BID DEADLINE: 3/17/11 @ 2:00 P.M. GENERAL BID DEADLINE: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference/walk through/Q&A session: 3/2/11 at 1:30 P.M. at the Duxbury Cemetery Office, 774 Tremont St., Duxbury.Bidders may obtain printed sets of the bid documents by contacting BFS Business Printing at [email protected]. Bidders that wish to do so must pay BFS Business Printing for the cost of production and shipping as applicable.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Scott J. Lambiase, Director of Inspectional Services EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

21

Page 26: Crematory 20110223 Central Register

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:Fitchburg, City of Community Development Office718 Main St.Fitchburg, MA 01420

Above agency address, 2/23/11 after 2:00 P.M.

PHONE: 978-345-1018 ext. 13CONTACT INFORMATION

PROJECT NUMBER: 141152-58500

FAX: 978-342-0161

PROJECT:Sheldon Street, Gateway Park Improvements. Work includes, but not limited to, site work, utility work, installation of small parking lot and pathways, development of a granite "amphitheatre", construction of community gardens, installation of benches and picnic tables and landscaping. Time for completion is no later than 6/24/11.

ESTIMATED COST: $880,000

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/2/11 at 10:00 A.M. in the 2nd Floor Conference Room at the above agency address. Plan Deposit is $45.00, refundable if plans are returned within seven days after the bid opening. Mail Fee is $15.00 (non-refundable).

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Amy Leblanc, Community Projects Planner EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Foxborough, Town of Office of the Superintendent of Schools�60 South St.Foxborough, MA 02035

Bacson BluePrint, 508-875-4432.

PHONE: 508-549-9906CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-549-9907

PROJECT:Painting at Foxborough High School, 120 South St., Foxborough.

ESTIMATED COST: $75,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES: None

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/11 @ 10:00 A.M.

ADDITIONAL INFORMATION Mandatory pre-bid conference: 3/2/11 at 3:00 P.M. at the Foxborough High School Auditorium. Deposit for plans is $100.00 per set in the form of a certified check or money order, payable to the Town of Foxborough, MA.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Bernard Melone EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

22

Page 27: Crematory 20110223 Central Register

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

AGENCY:Framingham, Town of Memorial Building150 Concord St. Room 123Framingham, MA 01702

Above agency address, 2/16/11 at 10:00 A.M.

PHONE: 508-532-5960CONTACT INFORMATION

PROJECT NUMBER: 6234

FAX: 508-872-2591

PROJECT:The Town of Framingham is accepting bids for general landscaping services on the grounds Old South Cemetery, Main Street Cemetery and Edwards Cemetery. Services include mowing, leaf removal, shrub trimming and related services

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/30/11 @ 10:00 A.M.

ADDITIONAL INFORMATION Pre-Bid Meeting: 3/16/11 at 10:00 A.M. at the Cushing Memorial Park, Dudley Rd., Framingham.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Christopher McGinty EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Framingham, Town of Memorial Building150 Concord St. Room 123Framingham, MA 01702

Above agency address, 2/16/11 at 10:00 A.M.

PHONE: 508-532-5960CONTACT INFORMATION

PROJECT NUMBER: 6235

FAX: 508-872-2591

PROJECT:The Town of Framingham is accepting bid proposals for general landscaping services on the grounds of the former Cushing Hospital property, encompassing an area of approximately 70 acres. Services include mowing, leaf removal, shrub trimming and related services.

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/30/11 @ 1:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Meeting: 3/16/11 at 10:00 A.M. at the Cushing Memorial Park, Dudley Rd., Framingham.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Christopher McGinty EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

23

Page 28: Crematory 20110223 Central Register

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 ofPurchasing OfficeMunicipal Building355 East Central St. Room #206Franklin, MA 02038

Above agency address, 2/23/11 at 10:30 A.M. Plans available Monday - Thursday Only.

PHONE: 508-520-4918CONTACT INFORMATION

PROJECT NUMBER: 2011-13

FAX: 508-541-5253

PROJECT:Franklin Downtown Roadway Improvement-includes drainage, concrete sidewalk, granite curb, paving and wiring.

ESTIMATED COST: $1,105,000.00

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: 03/17/2011 @ 10:30 am

ADDITIONAL INFORMATION Information session: 3/2/11 at 10:30 A.M. in Chambers at the above agency address. Project per MassDOT approved official list. Mail fee is $100.00 (non-refundable), payable to the Town of Franklin. The Town will not participate in any overnight delivery services.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Norma Collins, CPO EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Gardner, City of Community Development and Planning115 Pleasant St.Gardner, MA 01440

2/22/11, Monday - Thursday, 8:00 A.M. - 4:30 P.M. and Friday, 8:00 A.M. - 11:30 P.M.

PHONE: 978-632-3800 ext. 1CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-632-1905

PROJECT:Window Replacement Project at 208 Coleman St. Extension, Gardner.

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: 3/15/11 @ 2:00 P.M.

ADDITIONAL INFORMATION $25 deposit/$5 mailing fee for plans. Plans available at www.gardner-ma.gov at no charge.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jennifer Dymek EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

24

Page 29: Crematory 20110223 Central Register

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

AGENCY:Greenfield, Town of Department of Public Works14 Court Square Room 24Greenfield, MA 01301

Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:30 A.M. - 5:00 P.M.

PHONE: 413-772-1528 ext. 104CONTACT INFORMATION

PROJECT NUMBER: 11-2

FAX: 413-773-9593

PROJECT:Provide and install energy efficient fiberglass windows to replace the existing windows in Town Hall.

ESTIMATED COST: $125,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/11 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Alan Twarog EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Hanover, Town ofPublic Schools188 BroadwayHanover, MA 02339

Maguire Group, Inc., 33 Commercial St., Foxborough, MA 02035, 2/23/11 at 10:00 A.M.

PHONE: 508-851-1266CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-543-5157

PROJECT:Boiler Replacement and associated work at the Salmond School Administration 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:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/11 @ 1:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Conference: 3/3/11 at 3:00 P.M. at the Salmond Administration Building.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Lynn Stapleton EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

25

Page 30: Crematory 20110223 Central Register

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:Holbrook, Town of ***REVISED***50 North Franklin St.Holbrook, MA 02343

C.D.M., 50 Hampshire St., Cambridge, MA 02139, 2/9/11.

PHONE: 617-452-6775CONTACT INFORMATION

PROJECT NUMBER: 11-01

FAX: 617-452-6775

PROJECT:Roadway improvements and installation of new traffic signal equipment at South Franklin St. and King Rd. including controller, mast arms, signal heads, signal posts, loop and microwave detection, pre-emption, borings, cement concrete and hot mix asphalt sidewalks and drives, ADA pedestrian ramps, milling and overlay, striping, some granite curb work and other work as described in the Bid Documents.

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: 3/9/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Contractor to be pre-qualified with MassDOT for Highway Construction.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Alonzo McConnico EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Holyoke, City of Gas and Electric Department99 Suffolk St.Holyoke, MA 01040

Above agency address or by email request to [email protected], 2/23/11. Office Hours: Monday - Friday, 8:30 A.M. - 3:00 P.M.

PHONE: 413-536-9308CONTACT INFORMATION

PROJECT NUMBER: 10-49

FAX: 413-552-0392

PROJECT:Boiler Plant Insulation Annual Contract.

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: 3/11/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Prevailing Wage Rates apply. A bid deposit of $5,500 is required of all bidders. All bidders must be DCAM certified in the Asbestos Removal category and licensed by the Division of Occupational Safety. A Certificate of Eligibility is required. The successful bidder will be required to furnish Payment and Performance Bonds each in the amount of $110,000.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Yocelyn Delgado EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

26

Page 31: Crematory 20110223 Central Register

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:Holyoke, City of Gas and Electric Department99 Suffolk St.Holyoke, MA 01040

Above agency address or by email request to [email protected], 2/23/11. Office Hours: Monday - Friday, 8:30 A.M. - 3:00 P.M.

PHONE: 413-536-9308CONTACT INFORMATION

PROJECT NUMBER: 11-06

FAX: 413-552-0392

PROJECT:In-Situ Remediation Services, Former Mastex Facility.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION The Invitation for Bid and Contract are subject to M.G.L. c.30 ,§ 39M. All Bidders are required to submit a bid deposit equal to 5% of the total value of their bid. Prevailing Wage Rates apply. The successful bidder will be required to furnish Payment and Performance Bonds each equal to 100% of the total value of the contract.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Yocelyn Delgado EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Hopkinton, Town of Water DepartmentP.O. Box 17185 Wood St.Hopkinton, MA 01748

Above agency address or by email request, Monday - Friday, 8:00 A.M. - 3:30 P.M.

PHONE: 508-497-9765CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-497-9767

PROJECT:Automatic Radio Meter Reading.

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: 3/16/11 @ 11:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Eric Carty EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

27

Page 32: Crematory 20110223 Central Register

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

AGENCY:Ipswich, Town of Purchasing Office 25 Green St.Ipswich, MA 01938

Above agency address during office hours or by email request to Frank Antonucci at [email protected].

PHONE: 978-356-6608CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-356-6616

PROJECT:Essex Rd. Well Cleaning and Repair in Ipswich.

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: 3/10/11 @ 2:30 P.M.

ADDITIONAL INFORMATION Technical questions must be directed to Vicki Halmen, Ipswich Water Department at 978-356-6635.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Frank Antonucci EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Ipswich, Town ofPurchasing Office25 Green St.Ipswich, MA 01938

Above agency address during office hours or by email request to Frank Antonucci at [email protected].

PHONE: 978-356-6608CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-356-6616

PROJECT:Sedimentation Basin Concrete Repair.

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/10/11 @ 3:00 P.M.

ADDITIONAL INFORMATION Please contact Vicki Halmen, Ipswich Water Dept. to answer technical questions at 978-356-6639.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Frank Antonucci EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

28

Page 33: Crematory 20110223 Central Register

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

AGENCY:Lawrence, City of Community Development Department225 Essex St. 3rd FloorLawrence, MA 01840

Above agency address, 2/23/11 at 8:30 A.M.

PHONE: 978-620-3514CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-722-9440

PROJECT:Converting three vacant City owned lots into community gardens. Site improvements include clearing and grubbing, excavation, filling and grading, landscape planting, site wall construction, raised bed construction and irrigation installation.

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: 3/9/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Deposit is $25 per plan/spec set in the form of a certified or cashier's check. A separate payment of $15 per set is required to have plans/specs mailed.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Susan Fink EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Lawrence, City of Department of Public Works200 Common St. Room 201Lawrence, MA 01840

Above agency address or by contacting Patti at [email protected], 2/23/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.

PHONE: 978-620-3371CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Emergency Generator Major PM/Minor PM.

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: 3/10/11 @ 10:00 A.M.

ADDITIONAL INFORMATION This project is bid under M.G.L. c. 149. 5% bid deposit required. Provide cost for Major PM/Minor PM service and hourly rate for emergency services.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Michael D. Morley EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

29

Page 34: Crematory 20110223 Central Register

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:Lee, Town ofOffice of the Town Administrator32 Main St.Lee, MA 01238

Above agency address, 2/23/11 after 10:00 A.M.

PHONE: 413-448-8253CONTACT INFORMATION

PROJECT NUMBER: 10-180

FAX: 413-448-8254

PROJECT:Various Improvements to the South Lee Fire Station and Post Office. Demolish and rebuild one exterior wall, all new vinyl windows, new exterior insulation and finish system (EIFS) whole building.

ESTIMATED COST: $64,000

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: 3/23/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid site walk-through: 3/2/11 at 10:30 A.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Robert Macintosh EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Littleton, Town of Water Department39 Ayer Rd.Littleton, MA 01460

Nashoba Blue Print, 433 Main St, Hudson, MA, 2/23/11.

PHONE: 978-540-2222CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-742-4918

PROJECT:Upgrades to and modifications of the backwash recovery system at the Littleton Water Department's water treatment plant. The Work of this Contract consists of modifications to the backwash recovery system including the installation of tank interior and exterior ductile iron pipework, a stainless steel floating decant assembly, replacement of two existing submersible pumps, installation of two new variable frequency drives, installation of miscellaneous instrumentation, valves and electrical work, as well as modifications to the secondary membrane system inside the facility including installation of new flow meter, variable frequency drive and removal, reassembly and addition of stainless steel piping.

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: 3/9/11 @ 1:00 P.M.

ADDITIONAL INFORMATION Deposit is $50 per set of specifications and plans in the form of a check, payable to Tata & Howard, Inc.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kevin Goddard EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

30

Page 35: Crematory 20110223 Central Register

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

AGENCY:Lynn, City of ***RE-BID***Water and Sewer CommissionPurchasing Department400 Parkland Ave.Lynn, MA 01905

Above agency address, 2/23/11, 8:00 A.M. - 4:00 P.M.

PHONE: 781-596-2400CONTACT INFORMATION

PROJECT NUMBER: Re-bid CWSRF-3398

FAX: 781-595-1420

PROJECT:Wind Turbine Generator Project: Furnish and Construction at the Lynn Regional Water Pollution Control Facility.

ESTIMATED COST: $2,280,000.00

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: 3/9/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid meeting: 3/1/11 at the WWTP, 2 Circle Ave., Lynn. Call Robert Tina for Directions/Site Visit at 781-592-7048. Plans/specs are not available by email. Deposit for plans is $50.00. Plans/Specs must be picked up or a FedEx number must be provided for mailing.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Purchasing Department EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Mansfield, Town ofHousing Authority22 Bicentennial CourtMansfield, MA 02048

Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 2/23/11 at 10:00 A.M.

PHONE: 508-339-6890CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:The demolition, removal and replacement of 11 existing gas-fired atmospheric boilers and gas-fired domestic water heaters at the Cedar Court Apartments, 41 Dean St. and Hawthorne Court Family Units and six existing gas-fired furnaces and gas-fired domestic water heaters at the Eddy Street Single Family Units.

ESTIMATED COST: $319,328.00

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: Plumbing

SUB BID DEADLINE: 3/10/11 @ 2:00 P.M. GENERAL BID DEADLINE: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid Conference/Site Visit: 3/1/11 at 10:00 A.M. at the Cedar Court Apartments, Cedar Court, Mansfield. For an appointment, call Michael Forbes at 508-339-6890. Plan deposit is $50 per set, $50 for each additional set (non-refundable). Mailing fee is $40.00 per set (non-refundable), payable to BidDocs Online.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Michael Forbes EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

31

Page 36: Crematory 20110223 Central Register

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:Marblehead, Town ofVillage Building Oversight Committee9 Widger Rd. Marblehead, MA 01945

B.F.S. Business Printing, 76 South St., Boston, MA 02116, 617-482-7770, 2/16/11 at 2:00 P.M.

PHONE: 617-547-5400CONTACT INFORMATION

PROJECT NUMBER: 08090.02

FAX: 617-354-5758

PROJECT:Brick Repointing at Village School, 93 Village St., Marblehead.

ESTIMATED COST: $190,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/11 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 2/22/11 at 3:00 P.M. in the auditorium of the Village School, 93 Village St., Marblehead. Bidders are invited and encouraged to attend this meeting. Deposit for documents is $20 in the form of Certified, treasurer's or cashier's checks, payable to the Town of Marblehead.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Joel G. Seeley, AIA EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Marblehead, Town ofVillage Building Oversight Committee9 Widger Rd.Marblehead, MA 01945

B.F.S. Business Printing, 76 South St., Boston, MA 02116, 617-482-7770, 2/16/11 at 2:00 P.M.

PHONE: 617-547-5400CONTACT INFORMATION

PROJECT NUMBER: 08090.02

FAX: 617-354-5758

PROJECT:Window Replacement at Village School, 93 Village St., Marblehead.

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: 3/9/11 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 2/22/11 at 3:00 P.M. in the auditorium of the Village School, 93 Village St., Marblehead. Bidders are invited and encouraged to attend this meeting. Deposit for plans is $20.00 in the form of Certified, treasurer's or cashier's check, payable to the Town of Marblehead.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Joel G. Seeley, AIA EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

32

Page 37: Crematory 20110223 Central Register

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 of Department of Public Works870 Moraine St.Marshfield, MA 02050

Above agency address, 2/23/11 at 2:00 P.M.

PHONE: 781-834-5575CONTACT INFORMATION

PROJECT NUMBER: 2011-26

FAX: 781-837-7163

PROJECT:Surf Ave. Seawall Repair Project, Phase 2. Reconstruction of approximately 415 feet of concrete seawall.

ESTIMATED COST: $1,250,000

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: 3/17/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 3/10/11 at 11:00 A.M. $25 refundable deposit, $20 non-refundable mailing fee or recipient's FedEx number.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rod Procaccino EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Methuen, City of 41 Pleasant St.Methuen, MA 01844

C.D.M., 50 Hampshire St., Cambridge, MA 02139, 2/23/11 after 11:00 A.M.

PHONE: 617-452-6648CONTACT INFORMATION

PROJECT NUMBER: CWSRF-3395

FAX: 617-452-6648

PROJECT:Bolduc St., Burnham Rd. and Jackson St. Areas Sewer Rehabilitation. The work of this Contract includes furnishing all labor, materials, equipment and incidentals required to perform rehabilitation of the existing sewer system in the Bolduc St., Burnham Rd. and Jackson St. areas in the City of Methuen. Sewer rehabilitation work includes, but is not limited to, the following: Chemical root removal; preparatory cleaning of existing sewers and sewer manholes; testing pipe joints in existing sewers; sealing and retesting pipe joints and service connections in existing sewers; installation of cured in place spot repairs; installation of cured in place pipe lining; protruding tap removal; partial sewer pipe replacement (spot repairs); manhole rehabilitation; television inspection; bypass pumping; all related work.

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Daniel Guglielmi EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

33

Page 38: Crematory 20110223 Central Register

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

AGENCY:Middleton, Town of Memorial Hall48 South Main St.Middleton, MA 01949

DiNisco Design Partnership, Ltd., 87 Summer St., Boston, MA 02110, 2/23/11 after 12:00 P.M.

PHONE: 617-426-2858CONTACT INFORMATION

PROJECT NUMBER: 06491.22

FAX: 617-426-1457

PROJECT:Construction work for Acoustic Treatment Installation at the Flint Public Library Story Hour Room. The project consists of furnishing and installing new fabric wrapped acoustic insulation panels on the underside of the existing sloped gypsum wallboard ceiling.

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: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Bid Documents will be available free charge. Mailing fee for bid documents is $10.00 per set ($20 per set for overnight delivery service) in the form of a check (company check is acceptable), payable to DiNisco Design Partnership, Ltd.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rick Rice EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Milton, Town of Department of Public Works629 Randolph Ave.Milton, MA 02186

Above agency address, 2/28/11 after 10:00 A.M.

PHONE: 617-898-4870CONTACT INFORMATION

PROJECT NUMBER: W11-1

FAX: 617-698-1290

PROJECT:Watermain Construction, Bradford Rd., Governors Rd., Pillon Rd., Pleasant St. and Taff Rd.

ESTIMATED COST: $700,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/25/11 @ 10:00 A.M.

ADDITIONAL INFORMATION Optional pre-bid meeting: 3/9/11 at 10:00 A.M. in the Blute Conference Room in the basement of Milton Town Hall, 525 Canton Ave., Milton.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Dale Horsman EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

34

Page 39: Crematory 20110223 Central Register

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:Natick, Town of 13 East Central St.Natick, MA 01760

Above agency address or by email request to [email protected], 2/15/11.

PHONE: 508-647-6438CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Catch Basin Cleaning.

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Christopher Bradley EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Needham, Town of Department of Public Facilities OperationsAdministrative Office470 Dedham Ave. 2nd FloorNeedham, MA 02492

Above agency address, by calling 781-455-0442 ext. 266 or online at http://needhamma.gov, 2/24/11.

PHONE: 781-455-0442 ext. 266CONTACT INFORMATION

PROJECT NUMBER: 11PFO-635BX

FAX: 781-453-2510

PROJECT:The Town of Needham invites sealed bids for Fire Alarm and Sprinkler System Service and Maintenance Agreement for a one year period, renewable up to two additional years for all fire alarm and sprinkler systems within the Needham Schools and Municipal Buildings.

ESTIMATED COST: $40,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/18/11 @ 10:30 A.M.

ADDITIONAL INFORMATION Mandatory pre-bid conference: 3/9/11 at 10:30 A.M. in the Charles River Room at the PSAB, 500 Dedham Ave., Needham. All bids must be accompanied by a bid deposit of not less than 5% of the value of the bid. Payment Bond and Insurance Coverage are required at time of award. Bids are subject to M.G.L. c. 149. Payment Bond and Insurance Coverage required at time of award.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Carys Lustig EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

35

Page 40: Crematory 20110223 Central Register

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 of Purchasing Department133 William St. Room 208New Bedford, MA 02740

Above agency address, 2/23/11. Office Hours: Monday - Thursday, 8:00 A.M. – 4:00 P.M.; Friday, 8:00 A.M. – 12:00 P.M.

PHONE: 508-979-1433CONTACT INFORMATION

PROJECT NUMBER: 186

FAX: 508-991-6148

PROJECT:Class I Bituminous Concrete Pavement Type I-1, Class I Dense Bituminous Concrete Type S.T., Class I Bituminous Concrete Binder Course, Concrete Sidewalk Reconstruction and Other Related Work.

ESTIMATED COST: $4,500,000.00

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: 3/23/11 @ 3:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jennifer Ventura EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Newburyport, City of 60 Pleasant St.Newburyport, MA 01950

Harbormaster's Office, 22 Water St., Newburyport, MA 01950, 2/23/11 at 9:00 A.M.

PHONE: 978-462-3746CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Replacement of existing Harbormaster Fish Pier Docks. Furnish, deliver and install new floating dock system using existing gangways.

ESTIMATED COST: $100,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/11 @ 2:00 P.M.

ADDITIONAL INFORMATION A Non-mandatory pre-bid meeting will be held the week of 3/1/11. Please refer to bid documents for date, time and place.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Paul Hogg EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

36

Page 41: Crematory 20110223 Central Register

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

AGENCY:Newton, City of 1000 Commonwealth Ave. Room 204Newton Centre, MA 02459

Above agency address or online at www.ci.newton.ma.us/bids, 2/24/11 after 10:00 A.M.

PHONE: 617-796-1220CONTACT INFORMATION

PROJECT NUMBER: 11-64

FAX: 617-796-1227

PROJECT:Old Farm Road Water and Sewer Improvements Project.

ESTIMATED COST: $3,491,000

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: 3/10/11 @ 10:30 A.M.

ADDITIONAL INFORMATION 5% Bid Surety Required.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rositha Durham, Chief Procurement Officer EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Newton, City of 1000 Commonwealth Ave. Room 204Newton Centre, MA 02459

Above agency address or online at www.ci.newton.ma.us/bids, 2/24/11 after 10:00 A.M.

PHONE: 617-796-1220CONTACT INFORMATION

PROJECT NUMBER: 11-65

FAX: 617-796-1227

PROJECT:Annual Epoxy Flooring Installation and Service Contract.

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION 5% Bid Surety Required. DCAM Category: Floor Covering.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rositha Durham, Chief Procurement Officer EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

37

Page 42: Crematory 20110223 Central Register

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

AGENCY:Newton, City of 1000 Commonwealth Ave. Room 204Newton Centre, MA 02459

Above agency address or online at www.ci.newton.ma.us/bids, 2/24/11 after 10:00 A.M.

PHONE: 617-796-1220CONTACT INFORMATION

PROJECT NUMBER: 11-66

FAX: 617-796-1227

PROJECT:Annual Masonry, Pointing, Caulking and Damp Proofing Repairs Service Contract.

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: 3/10/11 @ 11:30 A.M.

ADDITIONAL INFORMATION 5% Bid Surety Required. DCAM Category: Masonry.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rositha Durham, Chief Procurement Officer EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Northborough, Town ofHousing Authority26 Village DriveNorthborough, MA 01532

Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 2/23/11.

PHONE: 508-755-6134CONTACT INFORMATION

PROJECT NUMBER: 215023

FAX: 508-754-4661

PROJECT:Replacement of remaining windows at the Colonial Village Development.

ESTIMATED COST: $165,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/17/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/10/11, 2:00 P.M. - 3:00 P.M. Plan deposit is $50 per set, payable to BidDocs Online. Contact BidDocs for mailing fees.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Mark Zuffante, Nault Architects EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

38

Page 43: Crematory 20110223 Central Register

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:Norton, Town of Water and Sewer DepartmentP.O. Box 116870 East Main St.Norton, MA 02766

Otter Creek Engineering, Inc., P.O. Box 712, 404 East Main St., East Middlebury, VT 05740.

PHONE: 802-382-8522CONTACT INFORMATION

PROJECT NUMBER: Contract No. 11-Mansfield Ave.

FAX: 802-382-8640

PROJECT:Mansfield Ave. municipal water main replacement. Approximately 1,100 LF of 12-inch water main, hydrants, valves, services and appurtenances.

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: 3/30/11 @ 2:00 P.M.

ADDITIONAL INFORMATION $100 refundable deposit for drawings and specifications, $50 non-refundable handling and postage fee, payable to Otter Creek Engineering, Inc.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Otter Creek Engineering, Inc. EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Quincy, City of1305 Hancock St.Quincy, MA 02169

Online at the City of Quincy’s website at www.quincyma.gov, 2/23/11.

PHONE: 617-376-1060CONTACT INFORMATION

PROJECT NUMBER:

FAX: 671-376-1074

PROJECT:Roof Maintenance and repairs. This will be a one year maintenance contract with a two year renewable option.

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: 3/15/11 @ 11:00 A.M.

ADDITIONAL INFORMATION (Attn.: Kathryn R. Hobin.)

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kim Trillcott Caporale EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

39

Page 44: Crematory 20110223 Central Register

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:Revere, City of ***REVISED***Housing Authority70 Cooledge St.Revere, MA 02151

Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.BidDocsOnline.com, 2/15/11.

PHONE: 978-886-7270CONTACT INFORMATION

PROJECT NUMBER: 20100512

FAX: 978-475-5768

PROJECT:Boiler Replacement at Revere Housing Authority, Cushman and Proctor Avenue.

ESTIMATED COST: $55,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/2/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid walk-through: 2/25/11***, 10:00 A.M. - 12:00 P.M. or call Peter Romano 617-573-1165 for an appointment (72 hours notice required). Plan deposit is $50.00 per set, payable to BidDocs Online, Inc. For mailed contract documents include check for $40 (UPS Ground) or $65 (UPS Overnight) per set, payable to BidDocs Online, Inc.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Dennis O'Leary EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Springfield, City ofHousing Authority25 Saab CourtSpringfield, MA 01104

Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749 or online at www.biddocsonline.com, 2/23/11 at 11:00 A.M.

PHONE: 413-532-7464CONTACT INFORMATION

PROJECT NUMBER: DHCD #281081

FAX: 413-532-1788

PROJECT:Springfield Federalization Modernization, Reed Village 200-1 Family Housing, 49 Lionel Benoit Rd., Springfield. Renovations include Windows, Siding, Gutters, Downspouts and Site.

ESTIMATED COST: $4,600,000.00

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: Polyvinyl Chloride Roofing & Electrical

SUB BID DEADLINE: 3/9/11 @ 11:00 A.M. GENERAL BID DEADLINE: 3/17/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Site and Buildings will be available for inspection on 3/1/11, 10:00 A.M. - 12:00 P.M. Contact Jodi at 413-532-7464 for an appointment.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Timothy Murphy EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

40

Page 45: Crematory 20110223 Central Register

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 ofHousing Authority4 Capen St.Stoughton, MA 02072

Above agency address, 2/23/11 at 9:00 A.M.

PHONE: 781-344-2001CONTACT INFORMATION

PROJECT NUMBER: MA 117

FAX: 781-341-1957

PROJECT:Handicapped Bathroom Renovations at Stoughton Memorial Village. Work includes ceramic tile, plumbing, flooring, electrical and painting.

ESTIMATED COST: $35,000.

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/9/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid inspection of a sample unit: 3/2/11 at 10:00 A.M. at 150 Britton Ave. Stoughton.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Greg Bartlett EMAIL:

CONTRACTOR QUALIFICATION:

AGENCY:Sudbury, Town of Office of the Town Manager278 Old Sudbury Rd.Sudbury, MA 01776

Sudbury Building Office, 275 Old Lancaster Rd., Sudbury, MA 01776, 2/25/11, 8:30 A.M. - 3:00 P.M.

PHONE: 978-443-2209 ext. 1361CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-443-6128

PROJECT:Roof replacement at Fairbank Community Center, 40 Fairbank Rd., Sudbury, consisting of the following with all associated work: Shingle replacement with sheathing; insulation; fascia, soffit and roof decking repairs; replacement of two insulated panel skylights. DCAM qualification in Roofing category.

ESTIMATED COST: $120,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid Conference: 3/4/11 at 11:00 A.M. at the Senior Center Entrance Lobby at 40 Fairbank Rd., Sudbury.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

James Kelly, Building Inspector EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

41

Page 46: Crematory 20110223 Central Register

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:Upton, Town of P.O. Box 4791 Main St.Upton, MA 01568

Above agency address, 2/23/11 at 8:00 A.M.

PHONE: 508-529-6901CONTACT INFORMATION

PROJECT NUMBER: IFB 10/11-01

FAX: 508-529-1010

PROJECT:Purchase of Various Lighting Fixtures.

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: 3/9/11 @ 10:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Blythe Robinson EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Warren, Town of Office of the Board of Selectmen48 High St.Warren, MA 01083-0609

Above agency address, Monday - Thursday, 9:00 A.M. - 4:00 P.M.

PHONE: 413-436-5444CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-436-0244

PROJECT:Installation of a Vehicle Exhaust Removal System at Fire Station B, 20 Albany St., West Warren.

ESTIMATED COST: $29,000.

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: 3/9/11 @ 10:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Fire Chief James Dolan EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

42

Page 47: Crematory 20110223 Central Register

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

AGENCY:Watertown, Town ofOffice of the Purchasing Agent149 Main St.Watertown, MA 02472

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER: Contract 10-02W

FAX: 978-692-4578

PROJECT:Water Main Replacement, 1,250 feet of 8" DI pipe.

ESTIMATED COST: $295,000

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: 3/10/11 @ 1:00 P.M.

ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Watertown, Town ofOffice of the Purchasing Agent149 Main St.Watertown, MA 02472

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER: Contract 10-03W

FAX: 978-692-4578

PROJECT:Water Main Replacement, 630 feet of 10" DI pipe.

ESTIMATED COST: $165,000

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: 3/10/11 @ 1:30 P.M.

ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

43

Page 48: Crematory 20110223 Central Register

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

AGENCY:Watertown, Town ofOffice of the Purchasing Agent149 Main St.Watertown, MA 02472

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER: Contract 10-01S

FAX: 978-692-4578

PROJECT:Infiltration/Inflow Removal Project, 575 feet of 10" and 620 feet of 15" replacement sewer.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Watertown, Town ofOffice of the Purchasing Agent149 Main St.Watertown, MA 02472

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-692-4578

PROJECT:Lexington St. Water, Sewer and Drain Replacement.

ESTIMATED COST: $675,000

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: 3/15/11 @ 1:00 P.M.

ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

44

Page 49: Crematory 20110223 Central Register

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

AGENCY:Watertown, Town ofOffice of the Purchasing Agent149 Main St.Watertown, MA 02472

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER: Contract 10-02S

FAX: 978-692-4578

PROJECT:Infiltration/Inflow Removal Project Cured-In-Place-Pipe Liner Installation.

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: 3/15/11 @ 1:30 P.M.

ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Wellesley, Town of Permanent Building Committee525 Washington St. 3rd FloorWellesley, MA 02482

Above agency address, Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, www.biddocsonline.com or F.W. Dodge, 24 Hartwell Ave., Lexington, MA 02421, 2/25/11 at 10:00 A.M.

PHONE: 781-848-4464 ext. 17CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-848-2613

PROJECT:Remove and replace existing chiller and condensing unit with a new packaged air cooled chiller and rework related piping. Replace existing pneumatic controls with new wireless technology electronic controls. Replace existing control valves and ball valves.

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: 3/15/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid conference/site visit: 3/3/11 at 11:00 A.M. at the above agency address. Plan deposit is $50 per set (maximum two sets) in the form of a certified or cashier's check, payable to BidDocs Online, Inc. $50 for each additional set. Mailing fee is $40 per set, payable to BidDocs Online, Inc.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Shawn Wegener, MacRitchie Engineering, Inc. EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

45

Page 50: Crematory 20110223 Central Register

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:Westfield, City of 59 Court St.Westfield, MA 01085

PHONE: 413-572-6254CONTACT INFORMATION

PROJECT NUMBER: 2246

FAX: 413-572-1708

PROJECT:Energy Management Services per M.G.L c. 25A, § 11I.

.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: 4/11/11 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/16/11 at 2:00 P.M. in Room 201 at the above agency address. Questions due by 3/29/11 at 3:00 P.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Tammy Tefft EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Westford, Town ofPublic SchoolsBusiness Office23 Depot St.Westford, MA 01886

Above agency address, 2/23/11 at 1:00 P.M.

PHONE: 978-692-5560 ext. 2106CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-392-4497

PROJECT:New Elevator at Abbot Elementary School, 25 Depot St., Westford.

ESTIMATED COST: $360,000

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: maonry elevator roofing slashing electrical

SUB BID DEADLINE: 3/11/11 @ 1:00 P.M. GENERAL BID DEADLINE: 3/18/11 @ 1:00 P.M.

ADDITIONAL INFORMATION Pre-Bid meeting: 3/4/11 at 11:00 A.M. at the above agency address. Documents are available for refundable deposit of $100.00 per set, $35.00 non refundable mailing fee per set. General Bids must be accompanied by bid security which is not less than 5% of the bid. Prevailing Wages apply.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kathleen Auth, Director of School Finance EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

46

Page 51: Crematory 20110223 Central Register

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

AGENCY:Winchendon, Town of Department of Planning and Development109 Front St.Winchendon, MA 01475

Tighe & Bond, Inc., 53 Southampton Rd., Westfield, MA 01085, 2/23/11 at 8:00 A.M.

PHONE: 413-562-1600CONTACT INFORMATION

PROJECT NUMBER: W-1157-15

FAX: 413-562-5317

PROJECT:Reconstruction of Prospect Street. The project consists of all work associated with the replacement of existing sanitary sewers, water mains, water services and storm drains. The project also includes roadway reconstruction, sidewalk construction, curb installation, driveway repairs and lawn repairs.

ESTIMATED COST: $560,000

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: 3/17/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/9/11 at 9:00 A.M. at the above agency address. $50 refundable deposit for bid documents, $25 non-refundable mailing fee.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

David Loring, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Winthrop, Town of 1 Metcalf SquareWinthrop, MA 02152

Above agency address, 2/22/11.

PHONE: 617-846-8243CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-539-4442

PROJECT:Request for Quotes for Ice Rink Compressor Replacement.

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: 3/9/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Prevailing Wages apply to this contract. For inspection of the site, contact Sean Driscoll, Director of Parks and Recreation.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Sean Driscoll EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

47

Page 52: Crematory 20110223 Central Register

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)One Ashburton Place 16th floorBoston, MA 02108

Online at www.comm-pass.com. Copies of plans may be available to the awarded proposer.

PHONE: 617-727-4030 ext. 239CONTACT INFORMATION

PROJECT NUMBER: DMH 0902 ES1

FAX:

PROJECT:Lighting Upgrades, Lighting Controls, Electric Motors, Mechanical Upgrades, Domestic Water and Sewer Conservation, Steam Trap Repair, Variable Frequency Drives for Fans and Pumps, Insulation (Building Envelope), Door Weatherstripping and Window Seal, HVAC Improvements/Upgrades, Kitchen Hood Controls. Services may be requested in maintenance.

ESTIMATED COST: $10,000,000

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: 4/27/11 @ 2:00 P.M. GENERAL BID DEADLINE: 4/27/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-Proposal Conference: 3/11/11 at 10:00 A.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

James A. Freeley EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St. Suite 600Boston, MA 02114

Above agency address, 2/23/11 at 9:00 A.M.

PHONE: 617-626-1424/617-727-1199CONTACT INFORMATION

PROJECT NUMBER: P11-2658-C6A

FAX: 617-626-1449

PROJECT:The project consists of all work related to disconnecting the pool drain and backwash piping from the storm drainage system and connecting the piping to sanitary sewer lines. This work will be executed at multiple locations.

ESTIMATED COST: $300,000.00

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: 3/16/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bidding conference: 3/3/11 at 11:00 A.M. at the Artesani Pool Bathhouse, Soldiers Field Rd., Brighton. A set of plans and specs in electronic format on a CD will be available at the above agency address at no charge. All bidders must be DCR pre-qualified in Category 9 - Site Development. In addition, all prospective bidders requesting plans and specs from DCR must submit a completed R109 Request for Proposal Form in order to obtain plans and specs. A bidder requesting a CD by mail must send to DCR a completed FedEx label with an account number. For technical questions, contact Cathy Paine at 617-727-1199 ext. 401 or [email protected].

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Tess Ward for CDs/Cathy Paine, PM, for tech questions EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

48

Page 53: Crematory 20110223 Central Register

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, MassachusettsAdministrative OfficeBoston Convention and Exhibition Center415 Summer St.Boston, MA 02210

Above agency address, 2/24/11, 9:00 A.M. - 5:00 P.M.

PHONE: 617-954-2177CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-954-2299

PROJECT:Food Court Renovations, Boston Convention and Exhibition Center.

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: Electrical, Plumbing, Miscellaneous & Ornamental Iron, Tile

SUB BID DEADLINE: 3/15/11 @ 12:00 P.M. GENERAL BID DEADLINE: 3/29/11 @ 12:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/3/11 at 11:00 A.M. at the above agency address. The Authority does not mail out send out plans and specs. DCAM Certificate: General Building Construction.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Theresa Ruane EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Fish and Game, Department ofFishing and Boating Access1440 Soldiers Field Rd.Brighton, MA 02135

Above agency address, 2/23/11. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.

PHONE: 617-727-1843CONTACT INFORMATION

PROJECT NUMBER: PA-299

FAX: 617-727-7214

PROJECT:Reconstruction of an existing boat ramp, installation of floating docks and piles and miscellaneous work. The project is located off Cold Storage, on Sesuit Harbor, Dennis.

ESTIMATED COST: $550,000

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Plan/Spec deposit is $25, refundable to formal bidders only. Specs will be mailed if a FedEx, UPS, etc. account number or $10 in US Postage stamps is provided. Cash, checks or money orders will not be accepted.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Douglas H. Cameron EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

49

Page 54: Crematory 20110223 Central Register

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:Greater Lawrence Sanitary District (GLSD)240 Charles St.North Andover, MA 01845

Above agency address, 2/23/11, 8:00 A.M. - 4:00 P.M.

PHONE: 978-685-1612CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-685-7790

PROJECT:Furnish and Deliver one Seimens Water Technologies/FMC Link Belt wastewater clarifier drive bearing assembly Part # 1892-201-L.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Donald Lanza EMAIL:

CONTRACTOR QUALIFICATION:

AGENCY:Hilltown Community Development CorporationNash Hill Associatesd/b/a Nash Hill Place7 Nash Hill PlaceWilliamsburg, MA 01096

Hilltown CDC, 387 Main Rd., Chesterfield, MA 01012, 2/23/11 at 10:00 A.M.

PHONE: 413-296-4536 ext. 113CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-296-4020

PROJECT:Nash Hill Elevator Construction Project.

ESTIMATED COST: $275,000

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: Hydraulic Elevators, Electrical

SUB BID DEADLINE: 3/16/11 @ 2:00 P.M. GENERAL BID DEADLINE: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Site Briefing: 2/28/11 at 10:00 A.M. Bid documents will be available at the site briefing.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jacquelyn Burgin EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

50

Page 55: Crematory 20110223 Central Register

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:Hospital School, Massachusetts3 Randolph St.Canton, MA 02021

Air Graphics, 300 A St. 2nd Floor, Boston, MA 02210, 617-350-3400, Contact: Customer Service, 2/28/11 at 9:00 A.M. Office Hours: Monday - Friday, 9:00 A.M. – 5:00 P.M.

PHONE: 617-423-9399 ext. 224CONTACT INFORMATION

PROJECT NUMBER: MHS - J000 111 642

FAX: 617-482-8506

PROJECT:Massachusetts Hospital School, Bradford Building Dental Clinic Renovation.

ESTIMATED COST: $480,000

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: Resilient Floors, Painting, Plumbing, HVAC, Electrical Work

SUB BID DEADLINE: 3/16/11 @ 2:00 P.M. GENERAL BID DEADLINE: 3/25/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Hard copies of bid sets are available for a deposit of $50.00 per set (refundable) in the form of a Certified Check or Bank Money Order, payable to the Massachusetts Hospital School. Digital copies of bid sets are available for a deposit of $30.00 per set (refundable) in the form of a Certified Check or Bank Money Oder, payable to the Massachusetts Hospital School. Copies of Addenda will be mailed or delivered to registered Bidders without charge. Bid sets will be mailed to bidders on receipt of an additional pre-paid shipping fee of $30.00 (non-refundable), payable to Air Graphics.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Melissa Vaillancourt EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Massasoit Community CollegePurchasing OfficeAdministration BuildingOne Massasoit Boulevard Room A231Brockton, MA 02302

Above agency address, 2/24/11 after 10:00 A.M.

PHONE: 508-588-9100 ext. 1513CONTACT INFORMATION

PROJECT NUMBER: 2011-14

FAX: 508-427-1255

PROJECT:All materials, equipment and qualified labor for HVAC and electrical upgrades for the Administration building IT Server room and replacement of Halon Fire Suppression System with FM200 type system.

ESTIMATED COST: $360,000

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: Fire Protection; Electrical; HVAC

SUB BID DEADLINE: 3/10/11 @ 2:00 P.M. GENERAL BID DEADLINE: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference/walk-through: 3/3/11 at 10:00 A.M. in the President's Conference Room at the above agency address.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Diane L Piquette EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

51

Page 56: Crematory 20110223 Central Register

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 PlaceBoston MA 02111

Online at www.comm-pass.com, 2/23/11.

PHONE: 617-451-2770 ext. 2074CONTACT INFORMATION

PROJECT NUMBER: NERAC08-Andover Water

FAX:

PROJECT:NERAC Site Security Work: The Metropolitan Area Planning Council (MAPC), on behalf of the Northeast Homeland Security Regional Advisory Council (NERAC), invites bids for Site Security Installations at the Andover Water Treatment Facility, 97 Lowell St., Andover.

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: 3/10/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Site visit: 3/3/11 at 10:00 A.M. at the Andover Water Treatment Plant.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Stephen White EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Montachusett Regional Transit Authority1427R Water St.Fitchburg, MA 01420

Above agency address, 978-665-2290 or by email to [email protected], 2/11/11.

PHONE: 978-665-2290CONTACT INFORMATION

PROJECT NUMBER: MS-01-2011

FAX:

PROJECT:The Montachusett Regional Transit Authority invites qualified companies to submit proposals and price quotes for two emergency generator sets with automatic transfer switches for the two Fitchburg facilities.

ESTIMATED COST: $75,000 - $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: 3/15/11 @ 4:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Conference will be held on 2/24/11 at 10:00 A.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Bonnie Mahoney EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

52

Page 57: Crematory 20110223 Central Register

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:Onset Fire DistrictBoard of Water CommissionersP.O. Box 17115 Sand Pond Rd.Onset, MA 02558

Haley & Ward, Inc., 25 Fox Rd., Waltham, MA 02451, 2/23/11, 8:00 A.M. - 4:30 P.M.

PHONE: 781-890-3980CONTACT INFORMATION

PROJECT NUMBER: 15

FAX: 781-890-1491

PROJECT:Pump Station No. 7 with Overhead Power Line and Water Main Extension. DCAM Category: Water Treatment Plants

ESTIMATED COST: $845,000.

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: 04220 Concrete Unit Masonry; 09900 - Painting; 15400 - Plumbing; 16370 - Overhead Power Distribution; Division 16- Electrical (excluding Section 16370)

SUB BID DEADLINE: 3/9/11 @ 11:00 A.M. GENERAL BID DEADLINE: 3/23/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid meeting: 3/2/11 at 11:00 A.M. in the District Conference Room at the above agency address. Refundable deposit for Plans and Specifications is $100.00 in the form of a check, payable to Haley & Ward, Inc. To have Plans and Specifications mailed, please send $25.00 in the form of a non-refundable check, payable to Haley & Ward, Inc., 25 Fox Rd., Waltham, MA 02451. Additional information is available online at www.haleyward.com.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Sean D. Osborne, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Quabbin Regional School District ***RE-ADVERTISED***872 South St.Barre, MA 01005

Above agency address, 2/23/11 at 1:00 P.M.

PHONE: 978-355-4668 ext. 8508CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-355-6756

PROJECT:Atrium Roof and Metal Panel Replacement at Quabbin Regional Middle/High School, 800 South St., Barre.

ESTIMATED COST: $2,900,000

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, Metals, Roofing & Flashing, Plumbing, HVAC, Electrical

SUB BID DEADLINE: 3/10/11 @ 2:30 P.M. GENERAL BID DEADLINE: 3/17/11 @ 2:30 P.M.

ADDITIONAL INFORMATION Pre-bid walk-through: 3/2/11 at 11:00 A.M. in the Quabbin Regional School District Business Office. $100 refundable deposit for construction documents and $35 non-refundable pre-paid mailing fee in the form of a certified check or money order, payable to Quabbin Regional School District. Prevailing wages apply.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

William A. Burnett, Support Services Manager EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

53

Page 58: Crematory 20110223 Central Register

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:Siasconset Water DepartmentBoard of Water CommissionersOne Milestone Rd.Nantucket, MA 02554

Haley & Ward, Inc., 25 Fox Rd., Waltham, MA 02451, 2/23/11, 8:00 A.M. - 4:30 P.M.

PHONE: 781-890-3980CONTACT INFORMATION

PROJECT NUMBER: 2011-1

FAX: 781-890-1491

PROJECT:Standpipe Demolition.

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Refundable Deposit for Plans and Specifications is $50.00 in the form of a check, payable to Haley & Ward, Inc. To have Plans and Specifications mailed, please send a non-refundable check for $25.00, payable to Haley and Ward, Inc., 25 Fox Road, Waltham, MA 02451. Additional information available online at www.haleyward.com.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Robert W. Pickering, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Southeastern Regional School District250 Foundry St.South Easton, MA 02375

By written request by fax to 617-778-0999 or by email to [email protected], 2/22/11 at 12:00 P.M. Include all contact info.

PHONE: 617-778-0951CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-778-0999

PROJECT:Renovation and addition to Southeastern Regional Vocational Technical High School. Project will be constructed utilizing M.G.L. c. 149A. CM at Risk delivery method per St. 2004, c. 193. More details available in RFQ.

ESTIMATED COST: $23,000,000

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: 3/10/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Walk-through: 3/3/11 at 4:00 P.M. at the main entrance at 250 Foundry St., South Easton.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Paul G. Kalous, AIA EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

54

Page 59: Crematory 20110223 Central Register

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:State 911 Department1380 Bay St. Building CTaunton, MA 02780

Above agency address, 2/24/11 after 11:00 A.M.

PHONE: 508-821-7221CONTACT INFORMATION

PROJECT NUMBER: State 911 11-001

FAX: 508-828-2585

PROJECT:Providing and Installing a Cooling Tower at Building B and air conditioning and ventilation of IT rooms in Buildings B and C of the State 911 Department.

ESTIMATED COST: $55,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 3/11/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Bidders must be Certified by DCAM in the Following Category of Work: HVAC and must submit a current DCAM Certificate of Eligibility and a signed Update Statement (CQ3).

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Karen Robitaille EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6261Boston, MA 02116

Above agency address, Attn.: Paul March, Cashier's Office, 617-973-7695, 3/29/11.

PHONE: 617-973-7620CONTACT INFORMATION

PROJECT NUMBER: 606323

FAX: 617-973-8397

PROJECT:District 3: Traffic Signal Repairs and Improvements at Various Locations.

ESTIMATED COST: $905,000.00

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: 4/12/11 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Frank H. Kucharski, P.E. EMAIL:

CONTRACTOR QUALIFICATION: Department of Highway

55

Page 60: Crematory 20110223 Central Register

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 6261Boston, MA 02116

Above agency address, Attn.: Paul March, Cashier's Office, 617-973-7695, 3/29/11.

PHONE: 617-973-7620CONTACT INFORMATION

PROJECT NUMBER: 606192

FAX: 617-973-8397

PROJECT:Boston - Newton - Weston: Substructure Repairs to nine Bridges and six Retaining Walls Along I-90.

ESTIMATED COST: $4,907,000.00

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: 4/12/11 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Frank H. Kucharski, P.E. EMAIL:

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:University of Massachusetts - AmherstProcurement OfficeGoodell Building140 Hicks Way Room 407Amherst, MA 01003

2/23/11.

PHONE: 413-545-0361CONTACT INFORMATION

PROJECT NUMBER: AA11-PR-4129

FAX:

PROJECT:Request for Qualifications for Environmental Science and Management Consultant Services.

ESTIMATED COST: $1,000,000.00

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: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION The executed prime contract will be an "On Call Service Contract" and the University reserves the right to issue more than one contract as a result of this RFQ.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Peter Royer EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

56

Page 61: Crematory 20110223 Central Register

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 - Dartmouth ***REVISED***Administrative Services Office Foster Administration Building285 Old Westport Rd. Room 213North Dartmouth, MA 02747

Above agency address, 2/16/11, 9:00 A.M. - 4:00 P.M.

PHONE: 508-999-8084CONTACT INFORMATION

PROJECT NUMBER: DD11ML23

FAX:

PROJECT:University System Elevator Maintenance.

ESTIMATED COST: 2.75 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: 3/24/11 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jennifer Pacheco EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:University of Massachusetts - Lowell883 Broadway St.Lowell, MA 01854

Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749 or online at www.biddocsonline.com (may be viewed electronically or hard copy requested).

PHONE: 978-934-1915CONTACT INFORMATION

PROJECT NUMBER: CL11-MD-0053

FAX:

PROJECT:Weed and Pinanski Elevator Replacement.

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: 3/11/11 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid conference: 3/3/11 at 10:00 A.M. at Weed Hall, 3 Solomont Way, Lowell. Plan deposit is $50/set (refundable), electronically paid or in the form of a certified check 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.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Mike Durkin EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

57

Page 62: Crematory 20110223 Central Register

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:Woods Hole, Martha's Vineyard & Nantucket Steamship AuthorityP.O. Box 284One Railroad Ave.Woods Hole, MA 02543

2/23/11. Please call ahead for appointment if picking up plans in person.

PHONE: 508-548-5011 ext. 515CONTACT INFORMATION

PROJECT NUMBER: 01-11

FAX: 508-457-5865

PROJECT:Mid-Life Overhaul of the M/V Eagle. Overhaul to be completed between 12/15/11 - 4/7/12.

ESTIMATED COST: $9,000,000.00

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: 4/12/11 @ 2:00 P.M.

ADDITIONAL INFORMATION Refundable deposit of $100.00 is required prior to receiving documents in the form of a company check.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Peggy Nickerson, Procurement Officer EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

58

Page 63: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Agawam, Town of Office of the Mayor36 Main St.Agawam, MA 01001

PROJECT NUMBER: 10-2143PROJECT: New Building Maintenance Storage Facility.

AWARDING AUTHORITY:

CONTACTMy-Ron Hatchett

PHONE 413-786-9600 FAX: 413-786-8699EMAIL: [email protected]

Healey & Associates General Contractors, LLCP.O. Box 13Granby, MA 01033

McGraw Hill/Dodge34 Crosby Drive #201Bedford, MA 01730

Reed Construction Data30 Technology Parkway South Suit#500Norcross, GA 30092

ProjectDog18 Graf Rd. #8Newburyport, MA 01950

Five Star Building Corp.17 East St.Easthampton, MA 01027

Mill City Construction, Inc.7 Old Great Rd.Lincoln, RI 02865

Mill City Construction, Inc.7 Old Great Rd.Lincoln, RI 02865

Kurtz, Inc.P.O. Box 1597810 Southampton Rd. Suite 1Westfield, MA 01086

Construction Dynamics, Inc.270 Airport Rd.Fitchburg, MA 01420

AGENCY:

Arlington, Town of Town Manager's Office730 Massachusetts Ave. Arlington, MA 02476

PROJECT NUMBER: 11-05PROJECT: Gibbs School Boiler Replacement, Arlington.

AWARDING AUTHORITY:

CONTACTJason Boone

PHONE 617-964-1700 FAX: 617-969-9054EMAIL: [email protected]

Enterprise Equipment276 Libbey ParkwayEast Weymouth, MA 02189

Cranney Companies10 Rainbow TerraceDanvers, MA 01923

P.J. Dionne Co., Inc.60 Jonspin Rd.Wilmington, MA 01887

Aalanco Service Corp.80B Turnpike Rd.Westborough, MA 01581

Davison Co., Inc.90 Clarendon Ave.Somerville, MA 02144-

59

Page 64: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Braintree, Town of Department of Municipal FinanceOne JFK Memorial DriveBraintree, MA 02184

PROJECT NUMBER:PROJECT: HVAC Renovation Braintree Police Department, 282 Union St.,

Braintree.

AWARDING AUTHORITY:

CONTACTHeather Parke

PHONE 781-871-9804 FAX: 781-871-9805EMAIL: [email protected]

Noll Electric, Inc. 1068 Washington St. Weymouth, MA 02189

M.J. Flaherty 1 Gateway CenterNewton, MA 02158

Enterprise Equipment 276 Libbey Parkway Weymouth, MA 02189

A.T.C. Mechanical 86 Finnell Drive Weymouth, MA 02188

Central Ceilings 36 Norfolk Ave. South Easton, MA 02375

Mercury Mechanical Service 855 Washington St. Weymouth, MA 02189

Barbato Construction 155 East Grove St. Middleboro, MA 02346

iSqFt 4500 Lake Forest Drive #502Cincinnati, OH 45242

G & H Heating & Cooling 3 Cushman Ave.East Freetown, MA 02717

Prism Builders, Inc. 107 Audubon Ave.Wakefield, MA 01880

Reed Construction Data 30 Technology Parkway South Norcross, GA 30092

Paul J. Rogan Co. 25 Hayward St.Braintree, MA 02184

Varrasso Electric 148 Hancock St.Braintree, MA 02184

ProjectDog18 Graf Rd.Newburyport, MA 01950

McGraw-Hill Construction/Dodge Reports 285 Phoenix St. Vernon, CT 06066

Brian Kerins HVAC 480 Hatherly Rd.Scituate, MA 02066

Annese Electrical Services, Inc.280 Libbey Industrial ParkwayWeymouth, MA 02189

Cheviot Corp.55 Fourth Ave. Needham, MA 02494

Hall Sheetmetal 11 River St.Middleton, MA 01864

R.P. O'Connell, Inc. 3 Horon Drive Natick, MA 01760

Patriot Electric P.O. Box 582 Woburn, MA 01801

A.T.C. Mechanical86 Finnell DriveWeymouth, MA 02188

Casby Brothers, Inc. 197 Gardener St.West Roxbury, MA 02132

J.E.C. Services P.O. Box 270791110 K St. Boston, MA 02127

Hub Electric Services 10 Draper St. Unit 19 Woburn, MA 01801

Galway Electrical 329 Great Plain Ave. Needham, MA 02492

C.A.M. HVAC & Construction 116 Lydia Ann Rd.Smithfield, RI 02917

T.E. Snowden Co. 189 Central St.Saugus, MA 01906

Mike Wihill56 Charles St.Abington, MA 02474

Bay State Contracting Co., LLC P.O. Box 34538 Washington St. Pembroke, MA 02358

Zander Corp.8 Elk Run Drive Middleboro, MA 02346

Buckley Associates 385 King St.Hanover, MA 02358

Massey Construction Corp. 144 Stetson Ave. Swampscott, MA 01907

Pinnick Construction & Associates23 McDonnell Dr. Randolph, MA 02368

MECO Environmental Services 1119 Washington St. Weymouth, MA 02189

K. & S. Builders, Inc.9 Ravine Rd.Wayland, MA 01778

AGENCY:

Brockton, City of Procurement Department45 School St.Brockton, MA 02301

PROJECT NUMBER: 11/008PROJECT: Phase II SRF Water System Improvements, Filter Process

Improvements/ Sand Drying Bed Modifications, MA DEP-DMS-DWSRF ID No. 2829.

AWARDING AUTHORITY:

CONTACTAndrea David

PHONE 978-532-1900 FAX: 978-573-4190EMAIL: [email protected]

R.H. White Construction Co. Inc.41 Central St.Auburn, MA 01501

iSqFt 5 Commonwealth Ave.Woburn, MA 01801

Waterline Industries7 London LaneSeabrook, NH 03874

CProjects.com30 Controls Drive Suite 200Shelton, CT 06484

60

Page 65: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Brockton, City ofHousing Authority45 Goddard Rd.Brockton, MA 02301

PROJECT NUMBER: 100 Turner StreetPROJECT: Complete rehabilitation of each apartment structure and exterior work

to the building, including carpentry, siding repairs, kitchen and bathroom remodeling, flooring, painting, plumbing, HVAC and electrical.

AWARDING AUTHORITY:

CONTACTFrank L. Hinds/Nancy Macedo

PHONE 508-588-6880 FAX: 508-580-6261EMAIL: [email protected]

Artigas Construction Corp.24 Bay State Ave.Somerville, MA 02144

AGENCY:

Fall River, City ofHousing Authority85 Morgan St.Fall River, MA 02722

PROJECT NUMBER:PROJECT: New Maintenance Storage Garage at the existing Maintenance

Storage Facility Site at Diaferio Village, MA 6-3.

AWARDING AUTHORITY:

CONTACTDennis V. Raposo

PHONE 508-679-5733 FAX: 508-672-8556EMAIL: [email protected]

Collins Construction Co.P.O. Box 2569Fall River, MA 02722

ProjectDog18 Graf Rd. Unit #8Newburyport, MA 01950

J.J. Cardosi, Inc.28 Boston St.East Providence, RI 02914

Vareika Construction219 Walnut St.West Bridgewater, MA 02379

Construction Software Technologies/iSqFt5 Commonwealth Ave.Woburn, MA 01801

J.G. Edwards Construction Co., Inc120 Hargraves DrivePortsmouth, RI 02871

CeMat Contracting56 Conduit St.New Bedford, MA 02745

McGraw-Hill Construction/Dodg34 Crosby Drive Suite 201Bedford, MA 01730

Zander Corp.8 Elk Run DriveMiddleboro, MA 02346

AGENCY:

Framingham, Town of Department of Public Works110 Western Ave.Framingham, MA 01702

PROJECT NUMBER: PW-189PROJECT: The Town of Framingham invites proposals from persons or firms

qualified to provide on-call appraisal services in connection with projects of the Department of Public Works and other Town departments. Principal appraiser must be a Massachusetts Certified General Appraiser.

AWARDING AUTHORITY:

CONTACTAmy Putney

PHONE 508-532-6040 FAX: 508-620-4884EMAIL: [email protected]

Green & Moody Associates2 John Matthews Rd.Southboro, MA 01772

Real Estate Appraiser25 Farm Rd.Sherborn, MA 01770

61

Page 66: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Framingham, Town of Department of Public Works110 Western Ave.Framingham, MA 01702

PROJECT NUMBER: PW-188PROJECT: The Town of Framingham Department of Public Works invites sealed

bids for the upgrade of the Grove Street Water Pumping Station. The upgrade includes the installation of three 50 horsepower pumps and replacement of piping, valves, HVAC equipment, instrumentation and control equipment and electrical equipment, including the construction of a standalone engine/generator with a sound attenuating enclosure and a concrete diesel fuel tank. In addition, the project includes architectural improvements to the station including a new synthetic slate roof.

AWARDING AUTHORITY:

CONTACTAmy Putney

PHONE 508-532-6040 FAX: 508-620-4884EMAIL: [email protected]

Grove Construction8 Condon Way Hopedale, MA 01747

Delray Contracting10 Nutmeg DriveEllington, CT 06029

R.J.V. Construction Corp.21 Lincoln St.Canton, MA 02021

Kinsmen Corp.35 Londonderry Turnpike Suite AHooksett, NH 03106

Godwin Pumps99 Stockhouse Rd.Bozrah, CT 06334

AGENCY:

Framingham, Town of Department of Public Works110 Western Ave.Framingham, MA 01702

PROJECT NUMBER: PW-187PROJECT: The Town of Framingham Department of Public Works invites sealed

bids for the Grant and Pond Street Sewer Rehabilitation Project. This sewer project consists of the replacement of 2,000 linear feet of 8" sewer main, the rehabilitation of approximately 13,500 linear feet of sanitary sewer pipe, by method of cured in place liner and the rehabilitation of 105 sewer manholes.

AWARDING AUTHORITY:

CONTACTAmy Putney

PHONE 508-532-6040 FAX: 508-620-4884EMAIL: [email protected]

National Water Main Cleaning Co.25 Marshall St.Canton, MA 02021

AquaLine Utility268 Washington St.East Bridgewater, MA 02333

Scituate PrecastPO Box 636Marshfield, MA 02050

Songer Contracting44 Walnut St.Montgomery NY 12549

Advanced Pipe Inspection, Inc.P.O. Box 4234East Dedham, MA 02027

Godwin Pumps99 Stockhouse Rd.Bozrah, CT 06334

C.J.P. & Sons Construction1420 Main St.Millis, MA 02054

Department of Environmental Protection1 Winter St. 6th FloorBoston, MA 02108

Department of Environmental Protection205B Lower St.Wilmington, MA 01887

62

Page 67: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Franklin, Town of 355 East Central St.Franklin, MA 02038

PROJECT NUMBER: 2011-14PROJECT: Sahlin Circle Roadway.

AWARDING AUTHORITY:

CONTACTNorma Collins, CPO

PHONE 508-520-4918 FAX: 508-541-5253EMAIL: [email protected]

J.H. Lynch & Sons, Inc.50 Lynch PlaceCumberland, RI 02864

Sunshine Paving Corp.89 Meadow Brook Rd.North Chelmsford, MA 01863

Sequoia Construction, Inc.10 Buckley Ave. U#9Whitman, MA 02382

Caracas Construction Corp.592 Holyoke St.Ludlow, MA 01056

D. & F. Afonso Builders189 Main St.Milford, MA 01757

AGENCY:

Franklin, Town of Municipal Building355 East Central St.Franklin, MA 02038

PROJECT NUMBER: 2011-1PROJECT: Beaver Pond Septic Installation Project.

AWARDING AUTHORITY:

CONTACTNorma Collins, CPO

PHONE 508-520-4918 FAX: 508-541-5253EMAIL: [email protected]

iSqFtc/o Service Point5 Commonwealth Ave. Unit 5Woburn, MA 01801

G. Lopes Construction490 Winthrop St.Taunton, MA 02780-2185

Greco Construction Corp.One Priscilla LaneRochester, MA 02770

REBCO, Inc.P.O. Box 107South Walpole, MA 02071

C. Naughton Corp.48 Dorothea DriveWeymouth, MA 02188

Williamson Electric25 Griffin WayChelsea, MA 02150

Bruce Stivaletta33 Forge Hill Rd.Franklin, MA 02038

B.I.G. Septic ServiceP.O. Box 657Walpole, MA 02081

C. Lemek Construction49 Wood DriveLudlow, MA 01056

A. Tetreault & Sons, Inc.11 Lovell St.Mendon, MA 01756

C.S.I., Concrete Systems, Inc.9 Commercial St.Hudson, NH 03051

Blue Diamond73 East Belcher Rd.Foxboro, MA 02035

Patriot Excavating48A Nonset PathActon, MA 01720

Earthwork Industries6 High St.Plainville, MA 02762

Dandel Construction365 Concord St.Rockland, MA 02370

General Contracting Services32 East Russell Mills Rd.Plymouth, MA 02360

Cali Corp.5 Victoria CircleNatick, MA 01760

Sequoia Construction10 Buckley Ave #9Whitman, MA 02382

Steadfast Construction282 Dedham St. #2Norfolk, MA 02056

Putnam Pipe Corp.86 Elm St.Hopkinton, MA 01748

J. Hockman, Inc.11 Sherwood DriveNorfolk, MA 02056

D. & F. Afonso Builders189 Main St.Milford, MA 01757

I.W. Harding Construction354 Pleasant St.West Bridgewater, MA 02379

M.A.S. Building & Bridge, Inc.P.O. Box 49Franklin, MA 02038

Barrows Contracting37 North St.Upton, MA 01568

63

Page 68: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Lynn, City of Purchasing Department3 City Hall Square Room 205Lynn, MA 01901

PROJECT NUMBER: 03-62PROJECT: General Contracting Services for the City of Lynn Inspectional

Services Department.

AWARDING AUTHORITY:

CONTACTCharles E. White

PHONE 781-586-6893 FAX: 781-477-7027EMAIL: [email protected]

Roger A. Tremblay Contractors, In10 Colonial Rd. Suite 4Salem, MA 01907

Whalen Brothers, LLC3 Robin Rd.North Reading, MA 01864

Pergola Construction Inc.175 Essex St.Swampscott, MA 01907

R.C. Griffin, Inc.49 Central St.Peabody, MA 01960

Campbell Construction Group, LLC21 Caller St. Suite #4Peabody, MA 01960

Meninno Construction Co., Inc.76 Oakville St.Lynn, MA 01905

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

Groom Construction Co., Inc.96 Swampscott Rd.Salem, MA 01970

Eugene Ricciardelli, Inc.P.O. Box 63856 Salem St.Lynnfield, MA 01940

Caponigro Construction Co., Inc.159 Burrill St.Swampscott, MA 01907

Northshore Builders63 Commonwealth Rd.Lynn, MA 01904

Caruso & McGovern ConstructioInc.One Industrial WayGeorgetown, MA 01833

Eaglepoint Builders54 Burnham St.Belmont, MA 02478

DeIulis Brothers Construction Co.,Inc.31 Collins St. TerraceLynn, MA 01902

Commercial Construction Corp.One Mills PointMiddleton, MA 01949

Green Star Home Improvement C71 Bacheller St.Lynn, MA 01904

AGENCY:

Lynn, City ofPurchasing Department3 City Hall Square Room 205Lynn, MA 01901

PROJECT NUMBER:PROJECT: Building Envelope Repairs and Accessibility Renovations for Lynn

Public Library.

AWARDING AUTHORITY:

CONTACTCharles E. White

PHONE 781-586-6893 FAX: 781-477-7027EMAIL: [email protected]

Thompson Waterproofing, Inc.93 Federal Ave.Quincy, MA 02169

Jobs2Bid30 Controls Drive Suite 200Shelton, CT 06484

McGraw-Hill Construction3315 Central Ave.Hot Springs, AR 71913

64

Page 69: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Mansfield, Town of Department of Public Works6 Park RowMansfield, MA 02048

PROJECT NUMBER: 221997PROJECT: The work covered by this contract consists of a 1.5 million gallon cast

in place concrete finished water storage tank, 86,315 gallon cast in place concrete backwash storage tank, finished water pump station, raw water pumps, finished water pumps, supernatant pumps, back wash pumps, pipe, valves, fittings and associated site, mechanical, electrical work, installation of a precast concrete building onto a cast in place slab, wall, foundation, installation of a well pump, chemical feed systems for NaOH, NaF and NaOCl including storage tanks, day tanks, transfer pumps, metered feed pumps, 150,000 gallon cast in place concrete storage tank.

AWARDING AUTHORITY:

CONTACTJohn Mallin

PHONE 781-251-0200 FAX: 781-251-0847EMAIL: [email protected]

J.L. Marshall & Sons, Inc.3 Clara St.Seekonk, MA 027741

The Maher Corp.14 King Ave.Plymouth, MA 02360

Hall Sheetmetal Works, Inc.11 River St. Suite 1Middleton, MA 01949

Oliveira Construction1100 G.A.R. HighwaySomerset, MA 02726

Dagle Electrical Construction Corp285 Salem St.Woburn, MA 01801

Folan Waterproofing & ConstructioCo., Inc.795 Washington St.South Easton, MA 02375

Northeast Fluid Control, Inc.348 Park St. Suite 105 EastNorth Reading, MA 01864

B.A.U./Hopkins310 South St.Plainville, MA 02762

Empire Masonry Corp.231 Norfolk St.Walpole, MA 02081

P.W. Brown Inc.24 Hopkinton Rd.Westborough, MA 01581

Ostrow Electric Co.9 Mason St.Worcester, MA 01609

R.M. Pacella3 Madison St.Plainville, MA 02762

L.A.L. Masonry Co., Inc.27 Ferncliff Ave.Saugus, MA 01906

Walsh Construction Co.2 Commercial St.Sharon, MA 02067-1659

Richman Corp.65 Liberty St.Quincy, MA 02169

S. & F. Concrete Contractors, Inc166 Central St.Hudson, MA 01749

Hub Electric Services10 Draper St. Unit 19Woburn, MA 01801

Construction Dynamics, Inc.270 Airport Rd. Unit AFitchburg, MA 01420

AGENCY:

Norwood, Town ofOffice of the General Manager566 Washington St.Norwood, MA 02062

PROJECT NUMBER: NPW-11-09PROJECT: South Norwood Street and Sidewalk Construction Project.

AWARDING AUTHORITY:

CONTACTPatricia Bilotta

PHONE 781-762-1240 FAX: 781-278-3016EMAIL: [email protected]

John J. Amara ExcavatorsP.O. Box 366344Hyde Park, MA 02136

G. Greene Construction Co., Inc.P.O. Box 160250 Lincoln St.Boston, MA. 02134

65

Page 70: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Norwood, Town ofOffice of the General Manager566 Washington St.Norwood, MA 02062

PROJECT NUMBER: NPW-11-10PROJECT: Roadway and Traffic Signal Improvements, University Ave. PWED.

AWARDING AUTHORITY:

CONTACTPatricia Bilotta

PHONE 781-762-1240 FAX: 781-278-3016EMAIL: [email protected]

Lorusso Corp.3 Belcher St.Plainville, MA 02762

John J. Amara ExcavatorsP.O. Box 366344Hyde Park, MA 02136

Mario Susi & Son, Inc.36 Westwood St.Dorchester, MA 02121

D. & R. General Contracting, Inc138 Franklin St.Stoneham, MA 02180

Manual R. Pavao Contractors, Inc.P.O. Box 2602 Brook St.Rehoboth, MA 02769

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

Dagle Electrical Construction CorpP.O. Box 760982Melrose, MA 02176

Bell Traffic Signal Maintenance CInc.41 Moore RoadEast Weymouth, MA 02189

R.M. Pacella3 Madison St.Plainville, MA 02762

U.E.L. Contractors, Inc.270 Airport Rd.Fitchburg, MA 01420

CProjects.com30 Controls Drive Suite 200Shelton, CT 06484

Bay State Piping Co., Inc.467 Wareham St.Middleboro, MA 02346

G. Greene Construction Co., Inc.P.O. Box 160250 Lincoln St.Boston, MA 02134

iSqFtc/o Service Point5 Commonwealth Ave. Unit 5Woburn, MA. 01801

Strada Construction Co., Inc.1236 Eastern Ave.Malden, MA 02148

Vigil Electric Co.72 Providence St.Hyde Park, MA 02136

Fed Corp.1039 East St.Dedham, MA 02026

J.H. Lynch & Sons, Inc.50 Lynch PlaceCumberland, RI 02864

AGENCY:

Tisbury, Town of P.O. Box 788Vineyard Haven, MA 02568

PROJECT NUMBER:PROJECT: Professional Consulting Services, Port to Port Containerized Freight

Services Study.

AWARDING AUTHORITY:

CONTACTFred LaPiana

PHONE 508-696-4220 FAX: 508-696-4223EMAIL: [email protected]

Environmental Partners Group1900 Crown Colony Drive Suite 40Quincy, MA 02169

Camp, Dresser & McKee56 Exchange Terrace Providence, RI 02903

B.S.C. Group 33 Waldo St.Worcester, MA 01608

Childs Engineering Corp.P.O. Box 333Medfield, MA 02052

Halcrow22 Cortlandt St.New York, NY 10007

66

Page 71: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Wellesley, Town of Permanent Building Committee525 Washington St.Wellesley, MA 02481

PROJECT NUMBER: 60130325PROJECT: Wellesley Department of Public Works Operations Building Addition.

AWARDING AUTHORITY:

CONTACTBrian Bechet

PHONE 617-371-4454 FAX: 617-371-4453EMAIL: [email protected]

King Painting, Inc.85 Flagship Drive Suite KNorth Andover, MA 01845

Marmelo Brothers Construction CoInc.13 Ventura DriveNorth Dartmouth, MA 02747

S. & F. Concrete Contractors, Inc.166 Central St.Hudson, MA 01749

Thomas E. Snowden, Inc.189 Central St.Saugus, MA 01906

Capone Iron Corp.20 Turcotte Memorial DriveRowley, MA 01906

67

Page 72: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Bridgewater State UniversityPurchasing Office Boyden Hall Room 202Bridgewater, MA 02325

PROJECT NUMBER: FMP-11-164 No. 5PROJECT: West Campus Sewer Improvements: Demolition of existing sewer

system and new install to include utility work, paving, curbing, sidewalk replacement and seeding operations.

AWARDING AUTHORITY:

CONTACTDiane Chagnon

PHONE 508-531-2213 FAX: 508-531-6130EMAIL: [email protected]

Bay State Piping Co., Inc.467 Wareham St.Middleboro, MA 02346

P. Caliacco Corp.1373 Washington St.Weymouth, MA 02389

Tom Gioioso Construction, Inc.50 Pleasant ParkRockland, MA 02370

N. Cibotti, Inc.79 Roc Sam Park Rd.Braintree, MA 02184

I.W. Harding Construction354 Pleasant St.West Bridgewater, MA 02379

AquaLine Utility, Inc.268 Washington St.East Bridgewater, MA 02333

Bortolotti Construction Co.45 Industry Rd.Marstons Mills, MA 02648

D.A. Bosworth Co.15 Rock Sam Park Rd.Braintree, MA 02184

C. Naughton Corp.48 Dorothea DriveWeymouth, MA 02188

J. D'Amico10 York Ave.Randolph, MA 02368

D. & C. Construction415 V.F.W. DriveRockland, MA 02370

Howard D. Moquin & Sons1190 Center St.Middleboro, MA 02346

M.E. Smith, Inc.109 Hastings Rd.Spencer, MA 01562

Vetresca, Inc.5 Thomas CircleStoneham, MA 02180

Rochester Ventures, Inc.585 Neck Rd.Rochester, MA 02770

C.C. Construction15 Diamonds PathSouth Dennis, MA 02660

Robert B. Our Construction24 Great Western Rd.North Harwich, MA 02645

D.R. Peck Excavation, Inc.8 Little Farm Rd.Lakeville, MA 02347

Ramko Survey Stakes, Inc.685 North Main St. West Bridgewater, MA 02379

Celco Construction Corp.38 Mountain Ash LanePembroke, MA 02359

Water Works Supply Corp.869 Eastern Ave.Malden, MA 02148

Albanese D. & S., Inc.66 Silva LaneDracut, MA 01826

S.B. General Construction14 Renmar Ave.Walpole, MA 02081

Ferguson Enterprises2 Whitman Rd.Canton, MA 02021

Fed Corp.1039 East St.Dedham, MA 02026

Ferrara Construction Corp.49 Lincoln St.Norton, MA 02766

D'Allessandro Corp.41 Ledin DriveAvon, MA 02322

Revoli Construction90 Earls WayFranklin, MA 02038

Sunshine Paving89 Meadowbrook Rd.Chelmsford, MA 01824

Walsh Contracting Corp.82 North Ave.Attleboro, MA 02703

Ted Berry Co., Inc.521 Federal Rd.Livermore, ME 04253

S.E. Luttazi41 Ledin DriveAvon, MA 02322

Jones Contracting Corp.735 Washington St.Walpole, MA 02081

Biszko Construction20 Development St.Fall River, MA 02721

Gravity Construction, Inc.26 Fails Rd.Plainville, MA 02762

Grove Construction 8 Condon WayHopedale, MA 01747

Case Construction1320 South Washington St.North Attleboro, MA 02760

Blue Diamond Equipment73 East Belcher Rd.Foxboro, MA 02035

P.A. Landers, Inc.351 Winter St.Hanover, MA 02339

E.J. Prescott159 Manley St.Brockton, MA 02301

Hugo Key & Son, Inc.51 America's Cup Ave.Newport, RI 02840

68

Page 73: Crematory 20110223 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Capital Asset Management, Division of (DCAM)One Ashburton Place Room 1610Boston, MA 02108

PROJECT NUMBER: SDW0902 FC2PROJECT: New Fire Alarm System at Worcester County House of Correction,

West Boylston.

AWARDING AUTHORITY:

CONTACTDCAM Bid Room

PHONE 617-727-4003 FAX: 617-727-5514EMAIL:

Electrical Dynamics, Inc.72B Concord St.North Reading, MA 01864

Northeast Painting Associates, Inc.881 North King St.Northampton, MA 01060

Jupiter Electric, Inc.126 Main St. Unit 6North Reading, MA 01864

Dandis Contracting636 Washington St.Canton, MA 02021

Wayne J. Griffin Electric116 Hopping Brook Rd.Holliston, MA 01746

Dagle Electrical Construction Corp285 Salem St.Woburn, MA 01801

American Service Co.20 Fort St.Quincy, MA 02169

AGENCY:

Capital Asset Management, Division of (DCAM)One Ashburton Place Room 1610Boston, MA 02108

PROJECT NUMBER: BSC0401 DC1PROJECT: RFBs for Trade Contractors for the Marshall Conant Science Building

at Bridgewater State University, Bridgewater.

AWARDING AUTHORITY:

CONTACTDCAM Bid Room

PHONE 617-727-4003 FAX: 617-727-5514EMAIL:

Joseph Cohn & Son, Inc.50 Devine St.North Haven, CT 06473

69

Page 74: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Andover, Town of36 Bartlet St.Andover, MA 01810

Elaine M. Shola, Purchasing Agent

PHONE: 978-623-8216

DESCRIPTION:Painting of Road Markings, Andover.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: Bid No. 015/01-11/301

FAX: 978-623-8240

CONTRACT AMOUNT:

$42,127.50Markings, Inc.30 Riverside DrivePembroke, MA 02359

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Boston, City ofPublic Facilities Department26 Court St.Boston, MA 02108

Ken MacDonald

PHONE: 617-635-4807

DESCRIPTION:Visitor Information Center Renovations.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 6885

FAX:

CONTRACT AMOUNT:

$615,100.00Northern Contracting Corp.68 Jackson St.Canton, MA 02021

Sub Contract Award:

EMAIL:

PROJECT TYPE: General Contract

AGENCY:Cambridge, City of 795 Massachusetts Ave.Cambridge MA 02139

Cynthia H. Griffin

PHONE: 617-349-4310

DESCRIPTION:Lease Garage/Facility space for the Cambridge Police Department.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 5354

FAX: 617-349-4008

CONTRACT AMOUNT:

$60,000 (Year One)N.A.I. Management41 Taylor St.Springfield, MA 01103

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Real Property

70

Page 75: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Cambridge, City ofPurchasing Department795 Massachusetts Ave.Cambridge, MA 02139

Cynthia H. Griffin

PHONE: 617-349-4310

DESCRIPTION:Park Preventative Maintenance.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 5347

FAX: 617-349-4008

CONTRACT AMOUNT:

$191,250.00N. Sacca & Sons, Inc.50 Brighton St.Belmont, MA 02478

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Franklin, Town of 355 East Central St.Franklin, MA 02038

Norma Collins

PHONE: 508-533-4866

DESCRIPTION:Sewer/Motors/Control Equipment Agreement for DPW.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 2010-139

FAX: 508-541-5253

CONTRACT AMOUNT:

$30,000.00Weston & Sampson C.M.R., Inc.5 Centennial DrivePeabody, MA 01960

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Harwich, Town of 732 Main St.Harwich, MA 02645

Robert Cafarelli

PHONE:

DESCRIPTION:Roof Installation at the Historic Albro House.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX:

CONTRACT AMOUNT:

$32,500D.D.C. Construction, Inc.245 Aquidneck St.New Bedford, MA 02744

Sub Contract Award:

EMAIL:

PROJECT TYPE: General Contract

71

Page 76: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Holyoke, City of Gas and Electric Department99 Suffolk St.Holyoke, MA 01040

Yocelyn Delgado

PHONE: 413-536-9308

DESCRIPTION:General Contract Work, Annual Contract 2011.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 10-48

FAX: 413-552-0392

CONTRACT AMOUNT:

Various Unit PricesAdams & Ruxton Construction Co.600 Union St.West Springfield, MA 01089

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Designer Services

AGENCY:Holyoke, City of Gas and Electric Department99 Suffolk St.Holyoke, MA 01040

Yocelyn Delgado

PHONE: 413-536-9308

DESCRIPTION:Power Piping, Annual Contract 2011.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 10-43

FAX: 413-552-0392

CONTRACT AMOUNT:

Various Unit PricesHarry Grodsky & Co., Inc.P.O. Box 88033 Shaws LaneSpringfield, MA 01101

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Hopkinton, Town ofHousing Authority100 Davis Rd.Hopkinton, MA 01748

Linda Donahue

PHONE: 508-435-6022

DESCRIPTION:Boiler Replacement at Brampton Circle, 667-1 and 667-2 Elderly Housing Developments.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 139030

FAX: 508-435-7165

CONTRACT AMOUNT:

$181,000Emond Plumbing & Heating, Inc.104 Dean St.Taunton, MA 02780

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

72

Page 77: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Lincoln, Town of School Building Committee6 Ballfield Rd.Lincoln, MA 01773

Buckner Creel, Administrator for Business and Finance

PHONE: 781-259-2623

DESCRIPTION:Design Architect to provide designer services for the design, construction, replacement of, addition to and/or renovation of the Lincoln School in Lincoln.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: RFS for Design Services

FAX: 781-259-9246

CONTRACT AMOUNT:

$397,000O.M.R. Architects, Inc.543 Massachusetts Ave.West Acton, MA 01720

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Designer Services

AGENCY:Lunenburg, Town of 17 Main St.Lunenburg, MA 01462

Laura Williams

PHONE: 978-582-4144

DESCRIPTION:Supply and Installation of Town Hall Carpet (First and Second floors), approximately 650 +/- Square Yards.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 978-582-4148

CONTRACT AMOUNT:

$11,200.00Amico Carpets43 Whalon St.Fitchburg, MA 01420

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Methuen, City of Building Committee41 Pleasant St.Methuen, MA 01844

Lauri Antonacci

PHONE: 978-983-8535

DESCRIPTION:General construction contract for building select demolition, interior renovations and MEP system upgrades to the Methuen Central School, 10 Ditson Place, Methuen.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 978-983-8972

CONTRACT AMOUNT:

$1,793,000 (includes bid alternates #1 and #2)M.C.M. U.S.A.Four A St.Burlington, MA 01803

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

73

Page 78: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Methuen, City of Building Committee41 Pleasant St.Methuen, MA 01844

Lauri Antonacci

PHONE: 978-983-8535

DESCRIPTION:Construction Management at Risk contract for phased occupied addition, renovations and site improvements to Methuen High School, One Ranger Rd., Methuen.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 978-983-8972

CONTRACT AMOUNT:

$96,412Dimeo Construction Co.75 Chapman St.Providence, RI 02905

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Newton, City of 1000 Commonwealth Ave.Newton, MA 02459

Rositha Durham

PHONE: 617-796-1220

DESCRIPTION:Annual Electrical Motor Repairs and Replacement.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 11-31

FAX: 617-796-1227

CONTRACT AMOUNT:

$31,906.25Williamson New England Electric Motor Service Corp.25 Griffin WayChelsea, MA 02150

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Templeton, Town of Board of SelectmenP.O. Box 250690 Patriots Rd.Templeton, MA 01468

Carol Skelton

PHONE: 978-939-8801

DESCRIPTION:Design/Construction and Renovations to an existing 12,000 square foot concrete block building to be used to house Town Departments for the Town of Templeton.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 978-939-4065

CONTRACT AMOUNT:

$130,500.00Tecton Architects, Inc.One Hartford Square WestHartford, CT 06106

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Designer Services

74

Page 79: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325

Diane Chagnon

PHONE: 508-531-2213

DESCRIPTION:West Campus Sewer Improvements: demolition of existing sewer system and new install to include utility work, paving, curbing, sidewalk replacement and seeding operations.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: FMP-11-164 No. 5

FAX: 508-531-6130

CONTRACT AMOUNT:

$266,000.00M.E. Smith, Inc.109 Hastings Rd.Spencer, MA 01562

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Mount Wachusett Community College444 Green St.Gardner, MA 01440

Pat Dakota

PHONE: 978-630-9103

DESCRIPTION:Replace HVAC Unit in MWCC Fitness Center.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: MWC#B110007

FAX: 978-630-9559

CONTRACT AMOUNT:

$185,000General Air Conditioning & Heating, Inc.7 Gaston St.Dorchester, MA 02120-18715

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Mount Wachusett Community College444 Green St.Gardner, MA 01440

Pat Dakota

PHONE: 978-630-9103

DESCRIPTION:Duct Work in Fitness Center at Mount Wachusett Community College.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: MWC-B110008

FAX: 978-630-9559

CONTRACT AMOUNT:

$18,000General Air Conditioning & Heating, Inc.7 Gaston St.Dorchester, MA 02120-1215

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

75

Page 80: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Port Authority, Massachusetts Capital Programs Department One Harborside DriveEast Boston, MA 02128

Ali Abbas Ali

PHONE: 617-568-5950

DESCRIPTION:FY 2011-2013 Term Mechanical Contract at all Massport Facilities in Boston, Bedford and Worcester.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: AP1110-C1

FAX: 617-568-5998

CONTRACT AMOUNT:

$735,900Patrick J. Kennedy & Sons, Inc.39 Gibson St.Dorchester, MA 02122

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston MA 02128

Phong Ho

PHONE: 617-568-5950

DESCRIPTION:Control Tower Sub Station Upgrade at Logan International Airport, East Boston.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: L1072-C2

FAX: 617-568-5998

CONTRACT AMOUNT:

$366,000J.F. White Contracting Co.10 Burr St.Framingham MA 01701

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128

Helen Mao

PHONE: 617-568-5950

DESCRIPTION:Noise Abatement Mitigation Program, East Boston and Chelsea.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: L451-C19

FAX: 617-568-5998

CONTRACT AMOUNT:

$1,239,000.P.J. Spillane 97 Tileston St.Everett, MA 02149

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

76

Page 81: Crematory 20110223 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128

Helen Mao

PHONE: 617-568-5950

DESCRIPTION:Noise Mitigation Program, East Boston and Chelsea.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: L451-C20

FAX: 617-568-5998

CONTRACT AMOUNT:

$789,000P.J. Spillane97 Tileston St.Everett MA 02149

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:South Shore Educational Collaborative90 Industrial Park Rd.Hingham, MA 02043

Henry W. Perrin, Executive Director

PHONE: 781-749-7518

DESCRIPTION:Ten-year lease with ten-year option on an 86,000 square foot building located at 105 Research Rd., Hingham.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 781-740-0784

CONTRACT AMOUNT:

$15.19 - $26.75/Square FootFoxRock Research Realty, LLC100 Newport Ave. ExtensionQuincy, MA 02171

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Real Property

AGENCY:University of Massachusetts Building Authorityc/o Joslin, Lesser + Associates, Inc.44 Pleasant St.Watertown, MA 02472

Tom Kerwin

PHONE: 617-744-3116

DESCRIPTION:Campus Parking Structure, UMass Lowell.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: UMBA 10-L3

FAX: 617-924-3800

CONTRACT AMOUNT:

Walker Parking Consultants20 Park Plaza #1202Boston, MA 02116

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Designer Services

77

Page 82: Crematory 20110223 Central Register

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:Agawam, Town of 36 Main St.Agawam, MA 01001

Vincent Gioscia

PHONE 413-786-0400 ext. 281

DESCRIPTION OF PROPERTY:

This Access Easement is 20 feet wide, unless otherwise indicated, and covers any land or interest therein owned by the Town of Agawam (the "Grantor") located in the Town of Agawam, County of Hampden, for purposes of constructing and utilizing an access road to access the Grantee's electric transmission facility easement located on adjacent property at South Westfield St.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 2032.40

FAX 413-786-9927

ESTIMATED VALUE, SOURCE OF VALUATION:$35,500.

PROPOSAL DEADLINE DATE AND TIME:

3/26/11

ADDITIONAL INFORMATION

Email: [email protected].

4:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Agawam, Town of 36 Main St.Agawam, MA 01001

Vincent Gioscia

PHONE 413-786-0400 ext. 281

DESCRIPTION OF PROPERTY:

This is an electric transmission easement 110 feet wide and covers any land or interest therein owned by the Town of Agawam ("Grantor") within 50 feet north of, and 60 feet south of location owned by Grantor located on the easterly side of South Westfield St. in the Town of Agawam, Hampden County. The easement provides the right, from time to time, to construct, reconstruct, repair, maintain, operate upon, over, under, along and across the Easement Area, poles, towers and other structures, lines, wires and any and all other equipment, structures and facilities useful for the conducting and the transmission and distribution of electric current and communications of any character or nature and the right to make alterations to that area necessary to achieve that purpose.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 2032

FAX 413-786-9927

ESTIMATED VALUE, SOURCE OF VALUATION:$91,300.

PROPOSAL DEADLINE DATE AND TIME:

3/26/11

ADDITIONAL INFORMATION The Grantor reserves the right to use the Easement Area for agricultural purposes, other than the growing of trees and shrubs and for other purposes which do not interfere with the exercise of any of the rights and/or easements granted and/or do not create a hazard.

Email: [email protected].

4:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

78

Page 83: Crematory 20110223 Central Register

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:Agawam, Town of 36 Main St.Agawam, MA 01001

Vincent Gioscia

PHONE 413-786-0400 ext. 281

DESCRIPTION OF PROPERTY:

This is an electric transmission easement that is located on the northerly side of Lot 2B, rear of Cooper St. in the Town of Agawam, Hampden County, more specifically described as follows: 150 feet wide and covers any land or interest therein owned by the Town of Agawam ("Grantor") within 50 feet measured at right angles to and westerly of and within 100 feet measured at right angles to and easterly of a Line of Location, whether such Line of Location is, at the point opposite such land, on said land, on the highway or on the land of some other party.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 3046

FAX 413-786-9927

ESTIMATED VALUE, SOURCE OF VALUATION:$56,500.

PROPOSAL DEADLINE DATE AND TIME:

3/26/11

ADDITIONAL INFORMATION This easement provides the right to construct, repair, maintain, replace, operate upon, over, under, along and across the Easement Area, poles, towers and other structures, lines, wires and any and all other equipment, structures and facilities useful for the conducting and the transmission and distribution of electric current and communications of any character or nature, as well as the right to make adjustments to such an area as may be necessary for that purpose. The Grantor reserves the right to use the Easement Area for agricultural purposes, other than the growing of trees and shrubs, and for other purposes which do not interfere with the exercise of any of the rights and/or easements granted and/or do not create a hazard.

Email: [email protected].

4:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Barnstable, Town of 230 South St.Hyannis, MA 02601

Johanna Boucher

PHONE 508-862-4741

DESCRIPTION OF PROPERTY:

The Chief Procurement Officer, under M.G.L. c. 30B, § 16, on behalf of the Town Manager of the Town of Barnstable, is soliciting responses from interested parties for the disposition by lease, of Town owned property located at 2135 Meeting House Rd. in the village of West Barnstable. This property has been most recently the location of a life tenancy under the open space acquisition of the abutting property known as Conant farms. The building is not available for residential use and is limited to not for profit educational entities only.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 508-862-4717

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

3/25/11

ADDITIONAL INFORMATION RFP documents are available on the Town of Barnstable website, Bid & RFP system at www.town.barnstable.ma.us.

Email: [email protected]

3:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

79

Page 84: Crematory 20110223 Central Register

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:Boston, City ofDepartment of Neighborhood Development (DND)Bid Counter26 Court St. 10th FloorBoston, MA 02108

Bernard Mayo, Project Manager

PHONE 617-635-0297

DESCRIPTION OF PROPERTY:

Vacant land at 45 Norfolk St. (Ward 17, Parcel #01419000), located in the Dorchester district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission by the Director of DND, is soliciting proposals to develop the property for mixed use or commercial. The property totals approximately 4,855 square feet and is being offered "As-Is".

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

4/4/11

ADDITIONAL INFORMATION RFP package is available as of 2/22/11 at the above agency address or for download by registering at www.cityofboston.gov/dnd/rfp/. Bid Counter Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.

Email:

4:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Hanson, Town of 542 Liberty St.Hanson, MA 02341

Jonathan D. Eichman, Esq,

PHONE 617-556-0007

DESCRIPTION OF PROPERTY:

The land off Main St. in the Town of Hanson known as the Poor Meadow Brook property, identified as Lot 8 on Assessors’ Map 51, and being all that land described in the deed recorded with the Plymouth County Registry of Deeds in Book 27592, Page 54. The above-named public agency has determined that advertising pursuant to M.G.L. c.30B, §16(d), will not benefit the interests of the public agency because of the following unique qualities or location of the real property to be acquired: This undeveloped property lies adjacent to the Crystal Spring Well Field, a public water supply, and to Poor Meadow Brook and several parcels of Town-owned land protected as open space; Acquisition will help to protect the well field and other hydrological resources, protect wildlife habitat and expand the assemblage of publicly-owned conservation land in southwest Hanson.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX

ESTIMATED VALUE, SOURCE OF VALUATION:$41,800 per negotiation of the parties.

PROPOSAL DEADLINE DATE AND TIME:

3/25/11

ADDITIONAL INFORMATION Owner and sole person having a direct or indirect beneficial interest in the property: Scott Petersen, 82 Holmes Terrace, Hanson, MA 02341.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

80

Page 85: Crematory 20110223 Central Register

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:Milton, Town of 525 Canton Ave.Milton, MA 02186

William Clark

PHONE 617 898-4847

DESCRIPTION OF PROPERTY:

The Property presently consists of approximately 34 acres and is located at the end of Governor Stoughton Lane in Milton. The Property is shown on the Town of Milton Assessors’ Maps as Map K, Block 6, Lot 2. In accordance with the provisions of M.G.L. c. 30B, § 16, the Milton Board of Selectmen as the Trustees of the Governor Stoughton Trust, invite sealed Proposals from interested parties, pursuant to the terms of a Request for Proposals for the Lease or Sale of the Governor Stoughton Trust Property, together with any and all buildings and structures thereupon, which is located in the Town of Milton.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 617 698-6741

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

3/25/11

ADDITIONAL INFORMATION The Trustees have determined that the Property currently is underutilized for its intended purpose and are inviting proposals from interested parties for the lease or sale of the Property consistent with the purposes of the Will of William Stoughton. The Request for Proposals (RFP) may be obtained from the Trustees of the Governor Stoughton Trust at the above agency address, 2/14/11, Monday - Friday, 8:30 A.M. - 5:00 P.M. RFP will also be emailed to interested parties who call 617-898-4846 and request a copy.

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Natick, Town of 13 East Central St.Natick, MA 01760

Christopher Bradley

PHONE 508-647-6438

DESCRIPTION OF PROPERTY:

Unique Property Acquisition Notification: The Town needs parking facilities within close proximity to the Natick Commuter Rail Station such that commuters are not required to cross Route 135. The unique property is located at the corner of Mulligan St. and South Ave. providing 72 spaces in close proximity to the Natick Commuter Rail Station.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX

ESTIMATED VALUE, SOURCE OF VALUATION:$214,000, Town Assessor value.

PROPOSAL DEADLINE DATE AND TIME:

ADDITIONAL INFORMATION Property owned by the Roman Catholic Archbishop of Boston, 1 Lake St., Brighton, MA 02135.

Email:

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

81

Page 86: Crematory 20110223 Central Register

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:Sharon, Town of 90 South Main St.Sharon, MA 02067

Benjamin Puritz, Town Administrator

PHONE 781-784-1500

DESCRIPTION OF PROPERTY:

The Town of Sharon requests competitive sealed proposals from qualified offerors for lease of space on Water Department land located at 411 East Foxboro Street Rd. The term will be for a ten year period, for the purpose of serving as a base for telecommunications systems and will involve construction of a monopole on the property.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 781-784-1502

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

3/28/11

ADDITIONAL INFORMATION

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Somerville, City of Purchasing Department93 Highland Ave.Somerville, MA 02143

Angela Allen

PHONE 617-625-6600 ext. 3400

DESCRIPTION OF PROPERTY:

The City of Somerville, acting through its Purchasing Department, is issuing a Request for Proposals for the disposition of real property pursuant to M.G.L. c. 30B, §16. The City wishes to dispose of approximately 24,344 square feet of land at 0 Cross St., consisting of a playground known as Harris Park plus the approximately 5,917 square foot portion of Cross St. East that abuts Harris Park.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: RFP 11-50

FAX 617-625-1344

ESTIMATED VALUE, SOURCE OF VALUATION:$38.78/square foot by Appraisal.

PROPOSAL DEADLINE DATE AND TIME:

3/28/11

ADDITIONAL INFORMATION Terms for the disposition of the property will be negotiated with the City and memorialized in a Land Disposition Agreement. Appraisal done by Eric Reenstierna Associates.

Email:

11:00 A.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

82

Page 87: Crematory 20110223 Central Register

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:Spencer, Town of 157 Main St.Spencer, MA 01562

Adam D. Gaudette

PHONE 508-885-7500 ext. 155

DESCRIPTION OF PROPERTY:

Lease of space within a municipally owned commercial property: Sugden Suite 2 Lease, 117 Main St., Spencer, approximately 1923 square feet.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 508-885-7528

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

3/28/11

ADDITIONAL INFORMATION

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Springfield, City of Office of Procurement36 Court St. Room 405Springfield, MA 01103

Julie Maxey

PHONE 413-787-6284

DESCRIPTION OF PROPERTY:

The leasing of office and other spaces such as conference rooms, clinic area, break room with kitchenette and storage area for Springfield Health and Human Services Department, located within the City of Springfield, 1/4 mile to City Hall. Amount of space: Approximately 10,022 square feet of net usable area (NUA).

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: Bid No. 11-271

FAX 413-787-6295

ESTIMATED VALUE, SOURCE OF VALUATION:Not to exceed $151,472/Year.

PROPOSAL DEADLINE DATE AND TIME:

3/25/11

ADDITIONAL INFORMATION

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

83

Page 88: Crematory 20110223 Central Register

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

AGENCY:Bay Transportation Authority, Massachusetts (MBTA)c/o Transit Realty Associates, LLC (TRA)77 Franklin St.Boston, MA 02110

R. J. Long

PHONE 617-482-2525

DESCRIPTION OF PROPERTY:

Sale of approximately 25,400 square feet of undeveloped land on Spring St., West Roxbury.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 617-482-0210

ESTIMATED VALUE, SOURCE OF VALUATION:$12.60/square foot Minimum Bid.

PROPOSAL DEADLINE DATE AND TIME:

3/30/11

ADDITIONAL INFORMATION Bid forms must be obtained from the TRA website at www.transitrealty.com or from TRA at the above agency address.

Email: [email protected]

11:00 A.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St.Boston, MA 02113

Marcos Pittore

PHONE 617-626-1319

DESCRIPTION OF PROPERTY:

Approximately 20.1 acres of unique forest land abutting the Otis State Forest off Norton Rd. Extension in Otis.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: #S-000388

FAX

ESTIMATED VALUE, SOURCE OF VALUATION:$46,000, Proposed purchase price.

PROPOSAL DEADLINE DATE AND TIME:

ADDITIONAL INFORMATION The beneficial interest holders are John E. Briant and Eileen M. Briant.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

84

Page 89: Crematory 20110223 Central Register

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 FEBRUARY 20, 2011

LEASED SPACE SOUGHT FOR STATE AGENCIES The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease. Deadline Project # User Agency Space Type Usable Sq.

Ft.(USF)Location

02/24/11 2:00 PM

201089000.1 Massachusetts Trial Court

Secure Storage for Records and Warehouse

Approximately 30,000

Auburn, Boylston, Grafton, Marlborough, Millbury, Northborough, Shrewsbury, Westborough, West Boylston, or Worcester

03/10/11 2:00 PM

201096000.1 Department of Developmental Services

Office Approximately 6,000

Haverhill

03/16/11 2:00 PM

201091000.1 Massachusetts Parole Board

Office Approximately 3,500

Lawrence

03/30/11 2:00 PM

201093000.1 Office of the Suffolk District Attorney

Office Approximately 4,300

Charlestown, Chelsea, East Boston, Revere, or Winthrop

Page 90: Crematory 20110223 Central Register

Page 2 of 2 03/31/111

2:00 PM

201086000.1 Executive Office of Health and Human Services and its Massachusetts Rehabilitation Commission, and the Department of Developmental Services

Office Approximately 9,900

Arlington, Belmont, Cambridge, Somerville, Waltham, or Watertown

04/06/11 2:00 PM

201095000.1 Executive Office of Health and Human Services and its Department of Children and Families, Massachusetts Rehabilitation Commission, and the Department of Developmental Services

Office Approximately 26,400 to house DCF, MRC and DDS together 1

OR Approximately 18,400 to house DCF alone 2

OR Approximately 9,700 to house MRC and DDS together 2

Braintree, Quincy, or Weymouth

_______________________________________________________________________________________________________________________________ 1 Ten year term, with Tenant’s right to surrender up to 25% of the Usable Area any time after the third anniversary of the Date of Occupancy 2 Five year term

Page 91: Crematory 20110223 Central Register

PUBLIC NOTICEMASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTECTION

BUREAU OF RESOURCE PROTECTION/W ATERSHED PERMITTING PROGRAM20 RIVERSIDE DRIVE

LAKEVILLE, MASSACHUSETTS 02347TEL#: (508) 946-2750

Notice is hereby given that the following application for a groundwater discharge permit is beingprocessed and that the following actions being proposed thereon pursuant to Section 43 of Chapter21 of the General Laws, and 314 CMR 5.00 and 2.06:

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

This information is available in alternate format by calling our ADA Coordinator at (617)574-6872.

Jeffrey E. GouldBureau of Resource Protection

Page 92: Crematory 20110223 Central Register

PUBLIC NOTICEMASSACHUSEITS DEPARTMENT OF ENVIRONMENTAL PROTECTION

METROPOLITAN BOSTONINORTHEAST REGIONBUREAU OF RESOURCE PROTECTION

205B LOWELL STREETWILMINGTON, MASSACHUSEITS 01887

TEL (978) 694-3200

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

APPLICANT: Lincoln North Reading, LLC, 200 Fairbrook Drive, Suite 101, Herndon, VA20170 & 483 Boston Post Road, Suite 5, Weston. MA 02493

FACILITY LOCATION: Edgewood Luxury Apartments Wastewater Treatment Facility, 100Lowell Street, North Reading, MA .

A copy of the applic.ation, draft permit, and statement of basis or fact sheet relative to thedraft permit may be obtained from MassDEP's Wastewater Management Program at the aboveaddress and telephone number. Comments on the proposed action or requests for a publichearing thereon pursuant to 314 CMR 2.07 must be filed with MassDEP at the above addresswithin thirty (30) days of this notice.

Eric WorrallDeputy Regional DirectorBureau of Resource Protection

Page 93: Crematory 20110223 Central Register
Page 94: Crematory 20110223 Central Register

1

THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL

ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 ATTORNEY GENERAL TTY (617) 727-4765 www.mass.gov.ago

DEBARMENT LIST: February 8, 2011

1. Milton Marder of 18 Maple Street, Maynard, MA 01754, is debarred for a period of 8

years beginning March 16, 2005 through March 15, 2013. 2. TMJ Construction Corporation, and its owner, Michael Jenkins, both of 72

Amherst Road, Merrimack, NH, 03054, are debarred for a period of 5 years beginning April 13, 2006 through April 12, 2011.

3. James A. Curran, of 7 Curran Lane, Holyoke, MA 01040, is debarred for a period of 5

years beginning April 5, 2006 through April 4, 2011. 4. Rand Stoneworks, Inc. of 326 U.S. Route 1, Scarborough, ME 04074 and John

Jeffrey Rand, its president, of 46 Belfield Road, Cape Elizabeth, ME 04107, are debarred for a period of 10 years beginning March 14, 2007 through March 13, 2017.

5. Shannon Construction Corporation, of 15 Speedway Avenue, Brighton, MA 02134

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

6. 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.

7. Olympic Painting and Roofing, Inc. and George Vosiliodes, both of 515 Lowell

Street, Peabody, MA 01960, are debarred pursuant to M.G.L. c.152, §25C beginning August 6, 2008 through August 5, 2011.

8. Nealco Environmental Services, Inc. of 5 Caspian Way, Dorchester, MA 02125 and Neal Cass, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 27, 2009 through October 26, 2011. 9. Avanti Construction, of 4980 North Main Street, Fall River, MA 02720 and Rodrigo

Ziliotto, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning April 5, 2010 through April 4, 2011.

Page 95: Crematory 20110223 Central Register

2

10. Borere Builders, LLC, of 59 Coddington Street, Quincy, MA 02169, and Maykon Oliveira, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning April 6, 2010 through April 5, 2011.

11. ABD Construction, LLC, of 1703 Main Street, Weymouth, MA 02190, and Almiro

DaSilva, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning April 6, 2010 through April 5, 2011.

12. D. C. Flooring, of 27 Highland Street, Milford, MA 01727, and David J. Carlson, its

owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning March 3, 2010 through March 2, 2011.

13. J. P. Caruso, LLC, of 10 Lookout Terrace, Lynnfield, MA 01940, and Joseph P.

Caruso, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning May 6, 2010 through May 5, 2011.

14. A.C.T. Abatement Corporation, of 18 Broadway, Lawrence, MA 01840 and Eric B.

Jeter are debarred pursuant to M.G.L. c. 149, § 27C beginning May 28, 2010 through May 27, 2011.

15. International Welders, LLC, of 560 Westminster Hill Road, Fitchburg, MA 01420

and Roberto Colon are debarred pursuant to M.G.L. c. 149, § 27C beginning June 21 2010 through June 20, 2011.

16. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA 01960, and

Maureen E. Albright, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning August 27, 2010 through August 26, 2011.

17. 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.

18. V. Locke Contracting, Inc., of 25 Hayward Street, Rear, Braintree, MA 02184, and

Vincent B. Locke, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning October 19, 2010 through April 18, 2011.

19. 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.

20. JVF d/b/a Irrigation Repair Company, of 239 Mattakeesett Street, Pembroke, MA

02359, and John Finocchi, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning October 14, 2010 through October 13, 2011.

21. Universal General Construction Corp., of 21 forest Street, 2nd Floor, Milford, MA

01757, and Alexsandro Demoura, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning November 4, 2010 through November 3, 2011.

Page 96: Crematory 20110223 Central Register

3

22. Robell, Inc., of 72 Page Street, Luneburg, MA 02421 and Robert Ullo, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning November 5, 2010 through November 4, 2012.

23. A & D Trucking Services, LLC, of 54 Beach Street, Milford, MA 01757 and Antonio

M. Goncalves, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning December 13, 2010 through December 12, 2011.

24. Robert A. Firth, III, d/b/a/ Robert A. Firth, of 17 Dale Street, Saugus, MA 01906,

are debarred pursuant to M.G.L. c. 149, § 27C , beginning July 20, 2010 through July 19, 2011.

25. 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.

26. Martin Metro East Insulation, Inc. of 81 Sycamore Street, Braintree, MA 02184 and

Kyle H. Martin, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning December 13, 2010 through December 12, 2011.

Page 97: Crematory 20110223 Central Register

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

Page 98: Crematory 20110223 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

Rev. October 20, 2010

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

Contractor: V. Locke Contracting, Inc.25 Hayward Street RearBraintree, MA 02184

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: October 19, 2010End Date: April 18, 2011

Contractor: LVR Corporation88 Foundry StreetWakefield, MA 01880

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: October 18, 2010End Date: September 26, 2012

Contractor: Bestech, Inc. of Connecticut25 Pinney StreetEllington, CT 06029

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: August 30, 2010End Date: Until further notice

Page 99: Crematory 20110223 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

(continued)

Rev. October 20, 2010

Contractor: Signet Electronic Systems, Inc.106 Longwater DriveNorwell, MA 02061

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: August 6, 2010End Date: Until further notice

Contractor: Suburban Middlesex Insulation, Inc.823 Pleasant StreetNorwood, MA 02062

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: May 4, 2010End Date: Reapplication not before May 4, 2011

Contractor: Eagle Eyes Contractor, Inc.366 Riverside AvenueMedford, MA 02155

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: December 2, 2009End Date: Reapplication not before October 27, 2010

Contractor: Keystone Elevator Company, Inc.320 Libbey Industrial ParkwayWeymouth, MA 02189

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: September 13, 2002End Date: Until further notice

Page 100: Crematory 20110223 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

(continued)

Rev. October 20, 2010

Contractor: The Tyree Organization, Ltd.9 Otis StreetWestborough, MA 01581

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: November 1, 2002End Date: Reapplication not before July 23, 2010

Page 101: Crematory 20110223 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

(continued)

Rev. October 20, 2010

Contractor: Atlantic Construction and Restoration, Inc.59 Doane Street, Unit #7Lowell, MA 01851

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: May 20, 2008End Date: Reapplication not before July 23, 2010

Contractor: W.P.I. Construction, Inc.4 Tanner RoadWebster, MA 01570

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: January 15, 2009End Date: Reapplication not before January 15, 2010

Contractor: Cape Cod Builders and General Contracting, Inc.7 Herring Pond RoadPlymouth, MA 02360

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: March 20, 2008End Date: Reapplication not before March 20, 2009

Contractor: EastCoast General Contractors, Inc.150 Westford Road, Unit #6Tyngsboro, MA 01879

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: August 14, 2007End Date: Reapplication not before July 23, 2010

Page 102: Crematory 20110223 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

(continued)

Rev. October 20, 2010

Contractor: Environmental Source Corporation7 Broadway, Suite BLawrence, MA 01841

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: December 3, 2009End Date: Reapplication not before December 3, 2010

Page 103: Crematory 20110223 Central Register

COMPANIES CERTIFIED BY THE

COMMONWEALTH OF MASSACHUSETTS ADMINISTRATION AND FINANCE

SUPPLIER DIVERSITY OFFICE Massachusetts Transportation Building

Ten Park Plaza, Suite 3740, Boston, MA 02116 www.mass.gov\somwba

Supplier Diversity Office SDO (Formerly SOMWBA)

Telephone (617) 973-8692

Facsimile

(617) 973-8637

DEVAL L. PATRICK GOVERNOR TIMOTHY P. MURRAY LIEUTENANT GOVERNOR REGINALD A. NUNNALLY EXECUTIVE DIRECTOR

Company: Central Electrical Specialty, Corp. Ms. Kristin Stadelmann P O Box 7040 Brockton, MA 02303 508-586-4000 Fax: 508-580-2970 [email protected]

http://www.centralelectric.com Certified By: Supplier Diversity Office Classification: DBE Effective Date: February 10, 2011 Company: Miracle Builders, Inc.

Mr. Augustin Edwin 259 Florida Street New Bedford, MA 02745 508-472-2146 Fax: 508-995-0895 [email protected]

http://www.miracle-builders.com Certified By: Supplier Diversity Office Classification: MBE and DBE Effective Date: February 10, 2011 Company: Richardson Electrical Company, Inc.

17 Batchelder Road Seabrook, NH 03874 603-474-3900 x122 Fax: 603-474-8810 [email protected]

Certified By: Supplier Diversity Office Classification: WBE Effective Date: February 10, 2011

Page 104: Crematory 20110223 Central Register

The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e

D e s i g n e r S e l e c t i o n B o a r d One Ashburton Place, 10th Floor, Room 1004

Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112

PUBLIC NOTICE #11-02 February 23, 2011

This Board will accept applications from architects, engineers, or other disciplines as noted, whichever is designated for the projects described in the attached Public Notice identified as List #11-02. Applicants are requested to submit a separate Designer Selection Board Application 2005 Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB 2005 Master File Brochure and the DSB 2005 Application Form (updated May 2009) in Microsoft Word for Windows ® 97 is available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the revised form. An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. Application closing date for projects on DSB List #11-02 is 2:00 p.m., WEDNESDAY, March 16, 2011. The advertisements may be found on the web by going to the DCAM web-site at http://www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108.

This Public Notice, including attachments, may be duplicated by any and all interested.

Please note the following: This Public Notice #11-02 includes: (a) the procedures for conforming to M.G.L. C.7, § 40N, Executive Orders 390 and 478 regarding Affirmative Market and Minority and Women Owned Business Participation.

ALL APPLICATIONS MUST BE SUBMITTED ON THE DSB 2005 APPLICATION FORM (Updated May 2009) (ENCLOSED HEREIN)

FAILURE TO DO SO WILL BE THE BASIS FOR REJECTION OF YOUR APPLICATION.

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

Page 105: Crematory 20110223 Central Register

_______________________________________________________

The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e

D e s i g n e r S e l e c t i o n B o a r d 1 Ashburton Place, 10th Floor, Room #1004

Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112

PUBLIC NOTICE

TO: Boston Herald One Herald Square, Legal Ads Boston, 02106

FROM: Designer Selection Board

DATE: February 15, 2011

SUBJECT: Classified Legal Advertisement

On February 25, 2011, please insert one day only, the below approximate 2 column 2 inch classified legal advertisement of the Designer Selection Board. Submit proof of advertisement attached to your invoice. Please refer to P.O. #GAE DESB #10090.

Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR

DESIGNER SELECTION BOARD

PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Engineers and architects are advised that DSB Project List #11-02, dated February 23, 2011 describing 02 Division of Capital Asset Management and Maintenance projects is now available at http://www.mass.gov/dcam.

PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Page 106: Crematory 20110223 Central Register

APPLICANTS PLEASE NOTE: The following requirements were implemented on the following dates and continue to be requirements.

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.

Page 107: Crematory 20110223 Central Register

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.

Page 108: Crematory 20110223 Central Register

- 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 F e b r u a r y 2 0 1 1 ) In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure (one original + one cd) as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software, is to be included with the submitted update. Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information. Electronic copies of the forms are available at the following Commonwealth’s Web site: http://www.mass.gov/dcam/dsb.

CHAPTER 579

In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following: 1. Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB

selection process. (See M.G.L. C.7, §38G). If designer’s fee is negotiated, he must file a truth-in-negotiations certificate. (Revised to M.G.L. C.7, §38G per Chapter 189 of 1984).

2. There can be no change in consultants from those named on the DSB application unless approved by the

Commissioner and reported to the DSB. The director may require a Consultant employed by the designer to obtain and maintain liability insurance.

Section 38G

(a) In the selection of a designer when the fee for design services has been set by the commissioner prior to the selection process, the commissioner shall appoint a designer from among the list transmitted to him or her under section thirty-eight F. If the commissioner appoints any designer other than the one ranked first by the board, he or she shall file a written justification of the appointment with the board.

(b) When the fee for design services is to be negotiated, the commissioner shall review the list

transmitted by the board, and may exclude any designer from the list if a written explanation of the exclusion is filed with the board. The commissioner shall then appoint a designer based on successful fee negotiation. The commissioner or persons designated by him or her shall first negotiate with the first ranked designer remaining on the list. Should the commissioner be unable to negotiate a satisfactory fee with the first ranked designer within thirty days, negotiations shall be terminated and negotiations undertaken with the remaining designers, one at a time, in the order in which they were ranked by the board, until an agreement is reached. In no event may a fee be negotiated which is higher than a maximum fee set by the commissioner prior to selection of finalists. Should the commissioner be unable to negotiate a satisfactory fee with any designer initially selected as a finalist by the board, the board shall recommend additional finalists in accordance with the provisions of this chapter. The commissioner may require a finalists with whom a fee is being negotiated to submit a fee proposal and include with it such information as the commissioner requires to provide current cost and pricing data on the basis of which the designer’s fee proposal may be evaluated.

(c) All fees shall be stated in designer’s contracts and in any subsequent amendment thereto as a total dollar amount. Contracts may provide for equitable adjustments in the event of changes in scope or services.

Page 109: Crematory 20110223 Central Register

- 2 -

ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB 1. Submission of the DSB Master File Brochure (Updated February 2011) (one original + one cd) in the format required,

and at least annually, continuously update same. 2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key

personnel changes in a firm. 3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant. 4. A person may not submit more than one application as a “prime” applicant on the same project. The applications of

any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.

5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved

in an association or corporation filing for the same project shall disqualify the applicants. 6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts standard Contract for Study

Services (Revised 3/10) and Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors).

7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed

$10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall:

a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance

(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,

and expresses their opinion regarding those controls. 8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer,

programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD.

ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS

(a) Certification that the applicants’ legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, §38A½ follows:

“Designer,” an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:

(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.)

(ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.)

(iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.

Page 110: Crematory 20110223 Central Register

- 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 Contract for Study Services and Contract for Final Design and Construction Administration Services when a project is advertised by both study and design services.

CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS

IN CONFORMANCE WITH CHAPTER 7, SECTION 38F

1. Prior similar experience best illustrating current qualifications for this project. 2. Identity and qualifications of the key persons and consultants who will work on this project. 3. Depth of the firm with respect to size and complexity of the project. 4. Past performance on public and private projects.

a. Quality, clarity, completeness and accuracy of contract documents and design contract.

b. Effectiveness of meeting established program requirements and function within allotted budget.

c. Accuracy of cost estimates including assessment of contractors’ requisitions for payment and change order proposals.

d. Management ability to meet schedules including submission of design and contract documents and processing of

shop drawings, contractors’ requisitions and change orders.

e. Coordination and management of consultants.

f. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance (DCAM) staff and agency representatives.

5. Financial stability - including prompt payment of consultant fees. 6. Current workload with DCAM and other public agencies. 7. Geographical location of the firm with respect to the proposed project. 8. Participation of MBEs and WBEs as prime consultants or subconsultants in a role consistent with the participation

goals set forth for the project.

a. The Designer Selection Board adheres to M.G.L. C.7, § 40N, Executive Orders 478 and 524 as implemented by the Division of Capital Asset Management and Maintenance establishing goals for minority business enterprise (MBE) and women business enterprise (WBE) participation on all design contracts unless otherwise noted. (See attached pages 6-10)

Page 111: Crematory 20110223 Central Register

- 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 478 and 524, the Commissioner of the Division of Capital Asset Management and Maintenance (DCAM), as designee of the Secretary of Administration and Finance, has developed the following goals and procedures to encourage full participation by minority business enterprises (MBEs) and women businesses enterprises (WBEs) (collectively M/WBEs) on contracts for design services entered into by DCAM. GOALS Subject to the terms of this memorandum, the following M/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for every DCAM project: MBE participation goal: 8% WBE participation goal: 4% If the contracting design firm is an MBE or WBE, then M/WBE participation credit shall be given in an amount equal to the entire fee paid to the contracting firm. Please note: if the contracting design firm is itself an MBE or WBE, it will still need to obtain participation by another MBE or WBE to meet the goal that it cannot itself fulfill. If the contracting design firm is not itself an MBE or WBE, then M/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE subcontractor or subconsultant (hereafter “subcontractors”) to the Designer. MBE participation may not be substituted for WBE participation, nor may WBE participation be substituted for MBE participation. MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS DCAM reserves the right to reduce or waive the M/WBE participation goals stated above for a particular project prior to the receipt of applications to the Designer Selection Board upon its own initiative or upon the request of any applicant if DCAM determines that it is not feasible for a non-M/WBE design firm to meet the M/WBE goals established for the project based upon any or all of the following: (i) actual M/WBE availability, (ii) the geographic location of the project to the extent related to M/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to M/WBEs, or (v) other relevant factors as determined by DCAM. The M/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project. After a project is advertised, requests from prospective applicants to reduce or waive the M/WBE participation goals for that project, with all supporting documentation, must be submitted with the application, with a copy to DCAM’s Compliance Office, One Ashburton Place, 15th Floor, Boston, MA 02108. Except as provided below, DCAM will not consider any request to reduce or waive the M/WBE participation goals for a project if the request is received after this deadline.

Page 112: Crematory 20110223 Central Register

- 5 -

DETERMINATION OF M/WBE STATUS A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the State Office of Minority and Women Business Assistance (“SDO”). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SDO. Certification as a disadvantaged business enterprise (“DBE”), certification as an M/WBE by any agency other than SDO, or submission of an application to SDO for certification as an M/WBE shall not confer M/WBE status on a firm. Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as M/WBEs to SDO. Information is available from SDO, Ten Park Plaza, Room 3740, Boston, MA 02116 (617) 973-8692, and on the Internet at <http://www.state.ma.us/somwba>. IDENTIFICATION OF M/WBE PARTICIPANTS BY THE SELECTED DESIGNER The current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application. Not later than five (5) working days after the Designer receives notice of selection for the advertised project, (A-5 Letter), the Designer shall submit to DCAM’s Compliance Office (i) a Letter of Intent for each of the M/WBEs that will perform work under the contract, and (ii) a Schedule of M/WBE Participation. The form of Letter of Intent and Schedule of M/WBE Participation are included in this application package. Within five (5) working days after receipt of the Letters of Intent, DCAM’s Compliance Office shall review and either approve or disapprove the Designer’s submissions. Without limitation, DCAM reserves the right to reject the Letter of Intent of any M/WBE that is to perform work in a category that is not listed in its SDO certification, or if the price to be paid for the M/WBE Work as stated in the Letter of Intent does not bear a reasonable relationship to the value of such work as reasonably determined by DCAM. If the Designer has not submitted an appropriate Schedule of M/WBE Participation and appropriate Letters of Intent and SDO certification letters establishing that the M/WBE participation goal for the project will be met, the Designer may be considered ineligible for award of the contract and DCAM may award the contract to the second ranked Designer, subject to that Designer’s compliance with these conditions. DCAM reserves the right to reduce or waive the M/WBE participation goals for a project after selection of the designer and before execution of the contract, provided that no such reduction or waiver shall be granted except under the following circumstances: the selected Designer must establish and document that it has been unable to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals for the project after having made a diligent, good faith effort to do so; all such documentation must accompany the Designer’s request to reduce or waive the M/WBE participation goal and shall include, at a minimum, the following: • A list of all items of work under the contract that the Designer made available for subcontracting to W/MBEs. The

Designer shall identify all items of work that the Designer did not make so available and shall state the reasons for not making such work available for subcontracting to W/MBEs. The Designer shall also demonstrate that, where commercially reasonable, subcontracts were divided into units capable of being performed by M/WBEs.

• Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to W/MBEs to all W/MBEs qualified to perform such work. The Designer shall identify (i) each W/MBE solicited, and (ii) each W/MBE listed in the SDO directory under the applicable trade category who was not solicited and the reasons therefor. The Designer shall also state the dates notices were mailed and provide a copy of the written notice(s) sent.

• Evidence that the Designer made reasonable efforts to follow up the written notices sent to M/WBEs with telephone calls or personal visits in order to determine with certainty whether the M/WBEs were interested in performing the work. Phone logs or other documentation must be submitted.

• A statement of the response received from each M/WBE solicited, including the reason for rejecting any M/WBE who submitted a proposal.

Page 113: Crematory 20110223 Central Register

- 6 -

• Evidence of efforts made to assist M/WBEs that need assistance in obtaining bonding, insurance, or lines of credit with suppliers if the inability of M/WBEs to obtain bonding, insurance, or lines of credit is a reason given for the Designer’s inability to meet the M/WBE goals.

• The Designer also shall submit any other information reasonably requested by DCAM to show that the Designer has taken all actions which could be reasonably expected to achieve the M/WBE participation goals.

The Designer may submit any other information supporting its request for a waiver or reduction in the M/WBE participation goals, such as evidence that the Designer placed advertisements in appropriate media and trade association publications announcing the Designer’s interest in obtaining proposals from M/WBEs, and/or sent written notification to M/WBE economic development assistance agencies, trade groups and other organizations notifying them of the project and the work to be subcontracted by the Designer to M/WBEs. Requests by a selected Designer to reduce or waive the M/WBE participation goals for a particular project based upon the Designer’s inability to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than five (5) business days after receipt by the Designer of the notice of selection (A-5 Letter). The Designer’s compliance with these procedures and goals is a prerequisite for award of the contract, provided that DCAM reserves the right to waive minor defects in documents and extend time limits in its sole discretion.

Page 114: Crematory 20110223 Central Register

- 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 by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). A Letter of Intent and SDO certification letter for each M/WBE must be submitted with this Schedule of M/WBE participation.

BIDDER CERTIFICATION: The undersigned Design firm agrees that it will subcontract with the following listed firms for the work described and for the dollar amounts listed below. For purposes of this commitment, the MBE and WBE designation means that a business has been certified by SDO as either a MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the project as follows (attach additional sheets if necessary):

Company Name & Address

MBE or WBE

Describe MBE/WBE Scopes of Work

Total Dollar Value of Participation

1.

2.

3.

4.

5.

6.

7.

8.

MBE Goal: $_________________ Total Dollar Value of MBE Commitment: $_______________ WBE Goal: $_________________ Total Dollar Value of WBE Commitment: $_______________ The undersigned hereby certifies that he/she has read the terms and conditions of the contract with regard to MBE/WBE participation and is authorized to bind the Designer to the commitment set forth above. Name of Designer__________________________________________ Authorized Signature_________________________________ Business Address_______________________________________ Print Name_________________________________________ _____________________________________________________ Title______________________________________________ Telephone No.__________________ Fax No.________________ Date ______________________________________________ Design Schedule for Participation – Revised 02/05/02

Page 115: Crematory 20110223 Central Register

- 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 02/05/02

Page 116: Crematory 20110223 Central Register

- 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.

Page 117: Crematory 20110223 Central Register

- 10 -

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS

1. As of 02/11, 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 February 2011) (included herein). All specific project applications must be submitted on the DSB (Updated February 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 February 2011 in Microsoft Word for Windows 97 is available for download from the Web site address: http://www.mass.gov/dcam/dsb.

3. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SDO certifications are clearly marked ORIGINAL. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste.

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

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

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

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

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

9. Eligibility requirements are set forth in this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.

10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project.

11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

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

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

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

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

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

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

Page 118: Crematory 20110223 Central Register

Updated February 2011 DSB Master File Brochure Page 1

1. Firm Name (or if not an entity, individual’s name), and Business Address 2. Year Present Firm Established: 3. Date Prepared:

4. Specify type of ownership and check 1, 2 or 3 below, if applicable.

Telephone No.: (1) SDO Certified minority business enterprise (MBE) 1a. Submittal is for Parent Company Branch or Subsidiary Office (2) SDO Certified woman business enterprise (WBE)

Commonwealth of Massachusetts DSB Master File Brochure (Updated February 2011)

1b. Federal ID#: (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 ( )

Page 119: Crematory 20110223 Central Register

Updated February 2011 DSB Master File Brochure Page 2

10. Summary of Professional Services Fees Received: Ranges of Professional Services Fees (insert Index number) Last 5 Years (most recent year first) INDEX 2011 2010 2009 2008 2007 1. Less than $100,000 5. $1 million to $2 million Federal Work 2. $100,000 to $250,000 6. $2 million to $5 million Commonwealth of Massachusetts work 3. $250,000 to $500,000 7. $5 million to $10 million All other domestic and foreign work 4. $500,000 to $1 million 8. $10 million or greater Experience Profile Code Numbers for use with questions 11, 12 and 13 001 Acoustics, Noise Abatement 037 Fisheries; Fish Ladders 065 Microclimatology; Tropical Engineering 100 Special Environments; Clean Rooms, Etc. 002 Aerial Photogrammetry 038 Forestry & Forest Products 066 Military Design Standards 101 Structural Design; Special Structures 003 Agricultural Development; Grain Storage; 039 Garages; Vehicle Maintenance Facilities; 067 Mining and Mineralogy 102 Surveying; Platting; Mapping; Flood Plain Farm Mechanization Parking Decks 068 Missile Facilities (Silos; Fuels; Transport) Studies 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 Modular Systems Design; Pre-fabricated 103 Swimming Pools 005 Airports; Navaids; Airport Lighting; 041 Graphic Design 104 Storm Water Handling & Facilities Aircraft Fueling 042 Harbors; Jetties, Piers, Ship Terminal Facilities 070 Naval Architecture; Off-Shore Platforms 105 Telephone Systems (Rural; Mobile 006 Airports; Terminals & Hangars; Freight Structures or Components 071 Nuclear Facilities; Nuclear Shielding Intercom, ; Etc.) Handling 043 Heating, Ventilating, Air Conditioning 072 Office Buildings; Industrial Parks 106 Testing & Inspection Services 007 Arctic Facilities 044 Health Systems Planning 073 Oceanographic Engineering 107 Traffic & Transportation Engineering 008 Auditoriums & Theaters 045 Highrise; Air-Rights-Type Buildings 074 Ordnance; Munitions; Special Weapons 108 Towers (Self-Supporitng & Guyed Systems) 009 Automation; Controls; Instrumentation 046 Highways; Streets; Airfield Paving; Parking Lots 075 Petroleum Exploration; Refining 109 Tunnels & Subways 010 Barracks; Dormitories 047 Historical Preservation 076 petroleum and Fuel (Storage and Distribution) 110 Urban Renewals; Community Development 011 Bridges 048 Hospital and Medical Facilities 077 Pipelines (Cross-Country - Liquid & Gas) 111 Utilities (Gas & Steam) 012 Cemeteries 048A Medical Facilities - Mental Health 078 Planning (Community, Regional 112 Value Analysis; Life-Cycle Costing 013 Chemical Processing & Storage 048B Medical Facilities - Acute Care 079 Planning (Site, Installation, and Project) 113 Warehouses & Depots 014 Churches; Chapels 048C Medical Facilities - Ambulatory Care, Clinics 080 Plumbing and Piping Design 114 Water Resources; Hydrology; Ground Water 015 Codes; Standards; Ordinances 049 Hotels, Motels 081 Pneumatic Structures, Air-Support Buildings 115 Water Supply; Treatment and Distribution 016 Cold Storage; Refrigeration; Fast Freeze 050 Housing (Residential, Multi-Family; 082 Postal Facilities 116 Wind Tunnels; Research/Testing Facilities 017 Commercial Building (low rise); Shopping Apartments; Condominiums) 083 Power Generation, Transmission, Distribution Design Centers 050A Housing - Residential Mental Health 084 Prisons & Correctional Facilities 117 Zoning; Land Use Studies 018 Communication Systems; TV; Microwave 050B Housing - Resid. Mental Ret. /Group Home 084A Correctional Facilities - Minimum Security 201 019 Computer Facilities; Computer Service 050C Housing - Elderly 084B Correctional Facilities - Medium Security 202 020 Conservation and Resource Management 050D Housing - Assisted Living 084C Correctional Facilities - Maximum Security 203 021 Construction Management 051 Hydraulics and Pneumatics 084D Correctional Facilities - Youth Detention 204 022 Corrosion Control; Cathodic Protection; 052 Industrial Buildings; Manufacturing Plants 084E Public Safety Facilities - Police/Fire Stations 205 Electrolysis 053 Industrial Processes; Quality Control 084F Public Safety Facilities – Training 023 Cost Estimating 054 Industrial Waste Treatment 085 Product, Machine & Equipment Design 024 Dams (Concrete; Arch) 055 Interior Design; Space Planning 086 Radar; Sonar; Radio & Radar Telescopes 025 Dams (Earth; Rock); Dikes; Levees 055A Facilities Management 088 Recreation Facilities ( Parks, Marinas, Etc.) 026 Desalination (Process & Facilities) 056 Irrigation; Drainage 088A Recreation Facilities - Ice Rinks 027 Dining Halls; Clubs; Restaurants 057 Judicial and Courtroom Facilities 088B Recreation Facilities - Senior/Community Centers 028 Ecological & Archeological Investigations 058 Laboratories; Medical Research Facilities 088C Park Support Facilities (Bath House; Visitor Center) 029 Educational Facilities; Classrooms 058A Laboratories; Commercial 089 Rehabilitation (Buildings; Structures; Facilities) 029A Educational Facilities; Higher Ed 058B Laboratories; Higher Ed Research Sciences 090 Resource Recovery; Recycling 029B Educational Facilities; Secondary Ed 058B Laboratories; Heavy Equipment 091 Radio Frequency Systems & Shieldings 029C Educational Facilities; Elementary Ed 058C Laboratories; Pathology, Medical Examiner 092 Rivers; Canals; Waterways; Flood Control 029D Educational Facilities; Child Day Care 058D Laboratories; Crime Investigation 093 Safety Engineering; Accident Studies, OSHA Studies 030 Electronics 059 Landscape Architecture 094 Security Systems; Intruder & Smoke Detection 031 Elevators; Escalators; People Movers 060 Libraries; Museums; Galleries 095 Seismic Designs and Studies 032 Energy Conservation; New Energy Sources 061 Lighting (Interiors; Display; Theatre, Etc.) 096 Sewage Collection, Treatment and Disposal 032A Sustainable Design 062 Lighting (Exteriors) 097 Soils & Geologic Studies; Foundations 033 Environmental Impact Studies, 063 Materials Handling Systems; Conveyors; 098 Solar Energy Utilization Assessments or Statements Sorters 099 Solid Wastes; Incineration; Land Fill 034 Fallout Shelters; Blast-Resistant Design 064 Metallurgy 099A Hazardous materials Abatement 035 Field Houses; Gyms; Stadiums 036 Fire Protection

Page 120: Crematory 20110223 Central Register

Updated February 2011 DSB Master File Brochure Page 3

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.

Page 121: Crematory 20110223 Central Register

Updated February 2011 DSB Master File Brochure Page 4

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

18.

19.

Page 122: Crematory 20110223 Central Register

Updated February 2011 DSB Master File Brochure Page 5

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

Page 123: Crematory 20110223 Central Register

Updated February 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 February 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

Page 124: Crematory 20110223 Central Register

Updated February 2011 DSB Application Form Page 2

6. List ONLY Those Prime and Sub-Consultant Personnel Specifically Requested In The Advertisement. This Information Should Be Presented Below In The Form Of An Organizational Chart.

Include Name Of Firm and Name Of The One Person In Charge Of The Discipline, With Mass. Registration Number, As Well As MBE/WBE Status, If Applicable: DCAM

User Agency

Prime Consultant Principal-In-Charge

Discipline (from advertisement)

Name Of Firm

Person In Charge Of Discipline Mass. Registr. #

MBE/WBE Certified (If Applicable)

Discipline (from advertisement)

Name Of Firm

Person In Charge Of Discipline Mass. Registr. #

MBE/WBE Certified (If Applicable)

Discipline (from advertisement)

Name Of Firm

Person In Charge Of Discipline Mass. Registr. #

MBE/WBE Certified (If Applicable)

Discipline (from advertisement)

Name Of Firm

Person In Charge Of Discipline Mass. Registr. #

MBE/WBE Certified (If Applicable)

Project Manager for Study

Project Manager for Design

Page 125: Crematory 20110223 Central Register

Updated February 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):

Page 126: Crematory 20110223 Central Register

Updated February 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)

Page 127: Crematory 20110223 Central Register

Updated February 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)

Page 128: Crematory 20110223 Central Register

Updated February 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.

Number of Total Projects:

Number 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

Page 129: Crematory 20110223 Central Register

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

13. Name Of Sole Proprietor Or Names Of All Firm Partners and Officers:

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.

Page 130: Crematory 20110223 Central Register

Updated February 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.

Page 131: Crematory 20110223 Central Register

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: February 23, 2011

LAST DATE FOR FILING APPLICATION IS: March 16, 2011 at 2:00 PM

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

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

PROJECT NUMBER: DCR1110 ST1

PROJECT TITLE: DCR Cambridge / North Pt. – Maintenance Facility – New Facility

PROJECT LOCATION: Cambridge

AWARDING AGENCY: Division of Capital Asset Management (DCAM)

APPROPRIATION SOURCE: DCR Funds

AVAILABLE AMOUNT: $2.3 million (other funding up to $10 million may be available)

ESTIMATED CONSTRUCTION COST: To be determined by study

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

( (

X X

) )

Lump Sum Established Set Fee for Study Phase Per M.G.L. C.7, §38G(a) 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.

$100,000

7.7

dollars

percent

( (

IMX ME

) )

DICERTIFIABLE BUILDING STUDY OTHER:

ATE SERVICES AUTHORIZED:

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, Executive Orders 478 and 524, DCAM has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime firm’s application how they or their consultants will meet these goals and will be evaluated on that basis. Further information about the MBE/WBE Program appears in the DSB Public Notice at pages 4-8 titled “Participation by Minority Owned Businesses and Woman Owned Businesses,” in the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) at Attachment C, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the Supplier Diversity Office (formerly

DSB List#11-02, Item #1, Page 1 of 11 Study & Design Form Revised 2/9/11

Page 132: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form).

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: Project Goals The project will provide a new consolidated office, trades shop, and vehicle maintenance facility and yard for the Massachusetts Department of Conservation and Recreation (DCR)’s Charles Basin District Maintenance & Operations staff and its Urban Parks Mobile Maintenance crew. The facility will be located at a site currently under DCR’s care and control on North Point Boulevard in East Cambridge where it can take advantage of proximity to the Charles River Basin, Memorial Drive, Storrow Drive and Interstates I-93 and I-90, and will replace temporary facilities already in use at North Point and at the historic Stable at 1 Land Boulevard. Additional alternative to consolidate the current Upper Basin Maintenance and Work Yard on Soldiers Field Road will also be studied.

Project Background The Charles District The Charles District encompasses all of the Charles River Reservation from the Blue Heron Bridge in Watertown to the New Charles River Basin Parks at the mouth of the Charles River. The Charles District also maintains all of the parkways in the area including Storrow and Memorial Drives, the Fenway, Park Drive, Soldiers Field Road, Nonantum Road, Charles River Road, Greenough Boulevard and Fresh Pond Parkway.

DSB List#11-0, Item #1, Page 2 of 11

Page 133: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

Over 10 years ago, the DCR’s maintenance facility at North Point was demolished in order to build the new North Point Park. The Lower Basin District operations staff was moved into modular facilities at 10 North Point Blvd. Currently a 1,440 square foot trailer is used for administrative offices, rest rooms, and break room for operations staff. There are 21 full-time and 12 seasonal employees working out of this location.

North Point Locus Map

North Point Site Map

DSB List#11-0, Item #1, Page 3 of 11

Page 134: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

Small equipment is currently stored in the basement of the historic Stable at 1 Land Boulevard, one block away from North Point Park and adjacent to the Museum of Science parking garage. Two storage containers at 10 North Point Boulevard also store equipment and the remainder is scattered at other locations throughout the Charles District, including the Almy’s Building and site on Soldiers Field Road. All 16 major pieces of equipment (loaders, plows, street sweepers, mowers) are stored outside year round. There is no maintenance garage or wash-down bay for vehicle service nor a salt shed for snow operations.

Urban Parks Mobile Maintenance The Urban Parks Mobile Maintenance group consists of 25 full-time administrative and trade staff and is responsible for building maintenance, special events, and emergency trade services throughout Urban Parks. The administrative staff was moved into a 2,880 square foot trailer adjacent to the Lower Basin Maintenance trailer at 10 North Point Boulevard about ten years ago. At about the same time, trade services were consolidated and moved from buildings in Stoneham and Randolph to the historic Stable at 1 Land Boulevard, where they occupy about 3,200 square feet of work space and 2,400 square of storage space in the basement and the attic.

Historic Stables, 1 Land Boulevard Existing Modular Facilities, North Point

Proposed Building and Site Program Elements It is anticipated that the new facility will include the following elements, as confirmed by a detailed inventory of equipment and storage needs and program interviews with DCR:

Office Space Offices for Charles District and Mobile Maintenance Management, Rangers, and Department of Corrections

(inmate work crews) Open administrative space

Shops Key room Carpentry shop Electrical shop Plumbing shop Lunch room Locker room & showers Supply room Storage

Vehicle and Park Maintenance Equipment Mechanic shop Welding shop Heated service bay with vehicle lifts Heated garage bays with indoor vehicle storage Cold storage garage bays for maintenance equipment and trucks Maintenance Equipment Storage (mowers, tractors, utility vehicles, trailers, etc.) in close proximity to the

Reservation

DSB List#11-0, Item #1, Page 4 of 11

Page 135: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

High pressure wash-down bay Flammable storage Secure storage for equipment & tools Spray booth Key card access to all buildings

Yard Salt shed Gas & diesel fuel pumps CNG dispensing system Parking for 40 cars Storage area for salt, sand, mulch, loam, gravel, leaves, street sweepings, dewatering station for catch basin debris Storage for trash and recycling dumpster staging Storage for dismounted plows Security fencing, gates and cameras Site lighting for night activities Vegetative screening and efficient placement to screen from adjacent uses

Designer Qualifications The team sought by DCAM will have demonstrated expertise and experience in:

Urban planning for mixed-use urban areas The sites proposed for the new facility are adjacent (on the northwest) to the proposed mixed-use North Point development district of East Cambridge and (to the southeast) to DCR’s recently completed North Point Park on the north bank of the Charles River just downstream of the Science Museum. As such they are embedded in a mosaic of pending and completed projects designed to transform the “lost mile” of the Charles on both sides of the Zakim Bridge and establish strong visual, recreational, pedestrian and public transport connections among Cambridge, Charlestown, and Boston. Many of these projects, including the Paul Revere Park, the Nashua Street Park, and the Rose Kennedy Greenway, are part of mitigation for the Central Artery Project.

Successful and timely completion of the project requires that the selected design team have strong urban planning and design credentials and the ability to present and effectively facilitate review of all aspects of the project’s impact on adjacent projects and conformance with existing master plans and design guidelines.

Development of contaminated and environmentally sensitive sites Remediation of hazardous materials at the North Point site will be performed under a separate contract, but must be coordinated with this project. A remediation plan has been prepared by DCR and is currently under review by DEP. Other technical issues affecting the project are anticipated to include wetlands, historic tidelands, and a high water table. The proposed buildings and yard will include storage for fuel, road salt, and other maintenance materials and supplies. The selected team should demonstrate success in the timely assessment, evaluation, permitting and mitigation of environmental impacts and hazardous materials for projects and sites of comparable environmental sensitivity.

Vehicle maintenance and trades shop and yard design The primary function of the Charles District is the maintenance of parkland and recreational facilities. The selected design team will be thoroughly familiar with current and future best practices for and design of facilities for parks and roadways operations and maintenance, including salt sheds, vehicle storage, electric vehicle recharging stations, and maintenance yards. The design of the new facility will be efficient, technologically state-of-the-art, environmentally sustainable and universally accessible and will emphasize the use of low-maintenance, durable materials.

Sustainable design Members of the design team are to engage in a fully collaborative process and successfully meet aggressive performance-based energy and water use reduction targets. As an agency of the Executive Office of Energy and Environmental Affairs (EOEEA), DCR has a special responsibility to maximize the sustainability of its buildings. Team members shall use and implement, as practical, the Massachusetts Clean Energy and Climate Plan issued by the EOEEA in December 2010 (http://www.mass.gov/Eoeea/docs/eea/energy/2020-clean-energy-plan.pdf).

DSB List#11-0, Item #1, Page 5 of 11

Page 136: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

Among other new and expanded policies the Plan commits the state to a transition to performance-based building energy codes over the next decade. As part of this transition, and in addition to meeting all current codes, the selected design team shall deliver a project meeting all of the following criteria:

• Site energy use intensity (EUI) of no more than 25 kBtu/sf/year, measured without consideration of any on-site or purchased off-site renewable energy.

• Carbon-neutral site energy use, either through use of on-site or through purchase of off-site renewable energy sources.

• Building construction cost per square foot equal or close to the regional average for buildings of comparable type and size.

The team shall, at various building design stages, use the “Building Energy Asset Labeling Program in Massachusetts” (http://www.mass.gov/Eoeea/docs/doer/Energy_Efficiency/Asset_Rating_White_Paper.pdf ) to rate the building proposed and how various design iterations alter the building’s rating.

Current and proposed Massachusetts Water Conservation Standards (http://www.mass.gov/Eoeea/docs/eea/wrc/water_conservation_standards.pdf ) set forth by the Commonwealth of Massachusetts, Executive Office of Environmental Affairs and Water Resources Commission shall be adhered to.

The designer shall work with the local gas and water utilities to ensure maximum rebates and incentives are achieved for this project. The Designer is responsible for coordination and submittals to the utility.

DETAILED 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 for the North Point Maintenance Facility will include but not be limited to the following tasks and products.

ST-01 Problem Statement and Workplan Develop a workplan for DCAM and DCR review and approval, including • A statement of the vision and goals for the project and the problems to be addressed • A fee breakdown by deliverable that identifies the scope of each product • A schedule for a collaborative design process modeled on GSA’s Integrated Building Design (IBD)

(http://www1.eere.energy.gov/femp/pdfs/29267-4.1.pdf) or comparable process that identifies the agendas and participants for all conference calls, meetings, workshops, presentations and other events requiring group coordination

• A schedule for presentation and discussion of the project at four meetings with the New Charles River Basin Citizens Advisory Committee

Products: Problem Statement and Workplan for DCAM and DCR review and approval

ST-02 Inventory and Analysis Identify, select and coordinate visits to similar facilities within the Greater Boston area; document and analyze all relevant existing program, building, site and cost information. a. Program

• Document DCR’s Charles River Basin and Urban Parks maintenance operations staffing, organization, jurisdiction, responsibilities and schedule.

• Perform inventory of existing office, support, maintenance shop, storage and maintenance yard space and all vehicles and equipment related to DCR’s Charles River Basin and Urban Parks maintenance operations, noting any critical adjacencies.

• Interview DCR staff to determine space needs • Identify and present best practices for maintenance facility design, based on organizations of comparable size and

mission. • Develop preliminary “right-sized” tabular building and site program with appropriate grossing factors • Develop project Base Case Performance Profile for energy and water including:

o Energy use � Site energy use intensity (EUI) of no more than 25 kBtu/sf/year, measured without consideration

of any on-site or purchased off-site renewable energy. A lower EUI may be recommended for review by DCAM and DCR based on the most recent U.S. DOE Commercial Building Energy Consumption Survey (CBECS) data for the building type.

DSB List#11-0, Item #1, Page 6 of 11

Page 137: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

� Carbon-neutral site energy use, either through use of on-site or through purchase of off-site renewable energy sources.

o Water use � Establish reference and design water use case(s) � Recommend project water use goals maximizing site water conservation for DCAM and DCR

review. Current and proposed Massachusetts Water Conservation Standards set forth by the Commonwealth of Massachusetts, Executive Office of Environmental Affairs and Water Resources Commission shall be adhered to.

o Define a range of solutions for meeting each goal o Evaluation of proposed solutions both individually and as systems o Identification of strategies with multiple benefits

Products: Tabular building and site space inventory by location illustrated by maps and plans as necessary to locate each building and site, Best Practices Workshop, illustrative module diagrams and space layouts, prioritized tabular space program and adjacency diagram, Base Case Performance Profile

b. Site and Buildings • Prepare North Point locus map showing site boundary and identifying adjacent roadways and land uses • Summarize and illustrate project’s relationship to key proposed projects, existing master plans, and design

guidelines for the North Point area. • Prepare North Point site base map from best available information showing name, footprint and location of all

buildings, structures, roadways, sidewalks, paths, recreation, storage and parking areas. A topographic survey may be authorized as an extra service.

• Identify, analyze and summarize all site conditions relevant to site selection for the proposed facility, including but not limited to urban and open space design issues, topography, geotechnical conditions, hazardous materials, drainage and ground water flows, utilities, wetlands, vegetation, wind direction, solar exposure, pedestrian and vehicle movement.

• Develop building footprint/site envelope and siting criteria, Universal Design goals, for the proposed project elements for DCR and DCAM review

• Evaluate potential sites for the facility noting significant opportunities, constraints, and cost premiums associated with each.

Products: Photographs, overall summary and detailed narratives for site and urban design conditions; site locus and base maps and site analysis maps as required to document conditions

c. Costs • Develop target building construction cost for preliminary tabular space program based on regional average per

square foot cost for buildings of comparable type and size. Site cost options and premiums should be carried separately.

• Develop baseline operating costs per square foot for comparable facility • Define and analyze cost of programmatic options for review by DCAM and DCR

Products: Cost analysis workshop

d. Schedule Preliminary study, design and construction schedule coordinated with hazardous materials remediation; a list of potential permits, regulatory agencies which can potentially affect timeline.

ST-01R Problem Restatement and Workplan Revision Revise the project workplan as required by preferred building program and site option Product: Revised workplan

ST-03 Potential Solutions a. Program: Develop draft room data sheets and room layout diagrams for all net building spaces and all site spaces in the

preferred program b. Site and Building: Develop up to three conceptual options for the preferred building and site program, with blocking

and stacking diagrams to illustrate optimal adjacencies, site interaction and universal design opportunities; evaluate options with respect to feasibility, Base Case Performance Profile, Universal design, and schedule requirements

DSB List#11-0, Item #1, Page 7 of 11

Page 138: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

c. Cost: Provide comparative “order of magnitude” cost estimates for each option in Uniformat Level 1 format; document potential add/alternates items and future construction options; document life cycle cost, considerations for each alternative.

d. Schedule: • Establish time conformance to the projected Study schedule; note potential obstacles to timely completion of the

Study and construction; project a schedule of construction based on each alternative configurations developed. • Provide a list of all required permits and regulatory agencies involved, with associated timelines. • Project a timeline for final design and construction

Products: Draft Room Data Sheets, Potential Solutions Workshops presenting and evaluating options

ST-GW Global Workshop A Global Workshop led by the designer will give all project participants and interested parties an opportunity to comment on potential solutions identified in ST-03. Product: Global Workshop

ST-04 Consensus Solution Revise the preferred solution as directed by DCAM and DCR to include comments at the Global Workshop and prepare as necessary a. Program: A revised tabular program for all spaces; revised relationship diagram depicting important adjacencies;

revised room data sheets with room layouts as required for illustration, equipment lists and performance requirements b. Site and Building: A schematic architectural design set including conceptual plans, elevations, and building sections;

LEED checklist and energy and water use estimates as required for compliance with Base Case goals; Architectural, MEP, Civil and site narratives

c. Cost: • Estimated Construction Cost (ECC in an electronic format consistent with the DCAM Cost Estimating Manual) • Life Cycle Cost Analysis (LCCA) documenting the expected life span and replacement/service requirements

dates for major system components, including mechanical, electrical, roofing and other architectural systems such as windows, sealants, etc.

• Operating Cost Estimate based on DCAM standards d. Schedule: A list of all applicable codes, permits and reviews; implementation plan and schedule for design and

construction including codes, permits, and reviews Products: Final tabular program, adjacency diagram, room data sheets, schematic plans, design narratives, LEED Checklist and energy and water use estimates, cost estimate, implementation plan and schedule.

ST-05 Draft and Final Report Compile a Draft Report incorporating, coordinating and narrating products from Tasks 2-4 and appendices as required for review. Prepare a final report, including an executive summary and project narrative, with revisions as directed by DCAM and DCR, and submit it in required digital and hard copy formats. Products: Draft and Final Reports

GENERAL CONDITIONS OF THIS CONTRACT: Study Contract DCAM has established a goal of six months to complete a study. If selected for study services, the applicant agrees to execute 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/Eoaf/docs/dcam/dlforms/forms/study_contract.rtf

Design Contract DCAM has established a goal of twelve months to complete design (SD, DD and CD). At the conclusion of the study, if the applicant is requested by DCAM to perform final design services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (“Design Contract”) or its successor, without revisions or modifications. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf

1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.

DSB List#11-0, Item #1, Page 8 of 11

Page 139: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance

(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,

and expresses their opinion regarding those controls.

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

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

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

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.

DSB List#11-0, Item #1, Page 9 of 11

Page 140: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

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

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

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

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

Integrated Project Delivery DCAM may elect to use a modified form of Integrated Project Delivery (IPD) for this project, as generally described in the AIA document Integrated Project Delivery: A Guide (2007). (http://www.aiacc.org/site/docs/IPD_Guide_2007.pdf) According to this guide "integrated projects are uniquely distinguished by highly effective collaboration among the owner, the prime designer, and the prime constructor, commencing at early design and continuing through to project handover." DCAM's 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 prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel.

1. Architect (Prime) 6. Landscape Architect 2. Mechanical Engineer (M/P/FP) 7. Specifications Consultant 3. Electrical Engineer 8. Cost Estimator (independent consultant required) 4. Structural Engineer 9. MA Building Code Consultant 5. Civil Engineer 10. Permitting and Environmental 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#11-0, Item #1, Page 10 of 11

Page 141: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011

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

1. Architect: state-of-the-art vehicle 3. Architect & Civil Engineer: development of contaminated maintenance and trades shop and yard design and environmentally sensitive sites

2. Architect: projects involving urban planning 4. Architect & Mechanical Engineer: participation in for mixed-use urban areas with stakeholder collaborative design for zero net carbon projects review

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB Application Form (Updated February 2011) is included with this Notice, and is available for download at http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_11_2_1.doc.

Only complete applications submitted on the DSB Application Form (Updated February 2011) will be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB Application Form (Updated February 2011) will be rejected as non-compliant and not be considered by the Board.

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

DSB List#11-0, Item #1, Page 11 of 11

Page 142: Crematory 20110223 Central Register

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 11-02 ITEM # 2 DSB PUBLIC NOTICE DATE: February 23, 2011

LAST DATE FOR FILING APPLICATION IS: March 16, 2011 at 2:00 PM

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

( (

X X

) Architect ) Architect/Engineer (A/E)

( (

) )

Engineer Other:

PROJECT NUMBER: DCACS1

PROJECT TITLE: DCACS Renovations

PROJECT LOCATION: Dorchester

AWARDING AGENCY: Dorchester Collegiate Academy Charter School (DCACS)

APPROPRIATION SOURCE: Bond Source and Private Funds

AVAILABLE AMOUNT: $1,000,000

ESTIMATED CONSTRUCTION COST: Phase I: $200,000 Phase II: $750,000

TOTAL FEE, excluding reimbursables or any authorized per diem payments, based on scope of work and services authorized if project is completed. *See page 5 of this Notice for final fee determination by the Division of Capital Asset Management and Maintenance (DCAM) per M.G.L. C.7, §38G(a).

Phase I: $22,600( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, §38G(a) Dollars Phase II: $75,000

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

MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, § 40N, Executive Orders 478 and 524, DCACS has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime firm’s application how they or their consultants will meet these goals and will be evaluated on that basis. Further information about the MBE/WBE Program appears in the DSB Public Notice at pages 4-8 titled “Participation by Minority Owned Businesses and Woman Owned Businesses,” in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the Supplier Diversity Office (formerly SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form).

BRIEFING SESSION A briefing session will be held on the site at 131-133 Hancock Street, Dorchester, MA on Thursday, March 10, 2011 at 10:00am.

DSB List#11-02 Item #2, Page 1 of 4 Final Design Form Revised 2/9/11

Page 143: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 2 DSB PUBLIC NOTICE DATE: February 23, 2011

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: Dorchester Collegiate Academy Charter School (DCACS) is a public charter school, currently serving 70 students in grades 4 and 5. In subsequent years, DCACS will add a grade until the twelfth grade. At full capacity, DCACS will be a grades 4-12 school.

The renovated facility will house grades 4-8 and, at capacity, will serve approximately 170 students. The facility, a former nursing home, is located at 131-133 Hancock Street in Dorchester, MA. DCACS owns the facility, which is approximately 19,500 gross square feet, comprised of a ground floor and a basement. DCACS intends to renovate the interior of both floors of the facility to improve and add classroom space, administrative offices, and educational spaces as well as common support elements, such as a multi-purpose room and cafeteria.

The project will require full architectural documents and construction administration services for the renovation of the building.

DCACS intends to develop an energy efficient and environmentally sustainable facility to the extent feasible within the project budget or by financing these features through alternative funding sources such as state and federal grants, etc. It is expected that an integrative design approach by the design team will make such green design elements possible.

The project will have two phases. Phase I will include the design, construction documents and construction administration for only the first floor renovations. The Phase I project schedule requires full occupancy and operation of the facility by the first week of August 2011. Construction is anticipated to commence on July 1, 2011. All firms responding to this request must have adequate resources to enable the project team to meet these deadlines.

Phase II project will include design, construction documents and construction administration for the basement. The schedule will be determined in the fall of 2012 in collaboration with DCACS leadership.

It is DCACS’s intention to design, bid and construct the project according to procedures defined in M.G.L c.149. The design team will be required to design to a finite project budget.

The Phase I and Phase II Scope of Work for the project includes but is not limited to:

Final Programming: Work with DCACS to develop the final detailed program for the renovations

Sustainability: Advise DCACS on the incorporation of energy efficient and other sustainable design features

Permits and Approvals: Work with DCACS and the development team to identify and obtain all required permits and approvals

Schematic Design: Work with DCACS, OPM and municipality to develop buildings plans including floor plans, elevations and sections, adjacency diagrams, character and quality of interior spaces, and primary building MEP/FP and structural systems that follow design objectives, cost and schedule constraints.

Design Development: Working with DCACS and OPM to determine and document final layouts, details and material and equipment selections that are in line with design objectives, cost and schedule constraints

Construction Documents: Prepare final construction documents that will facilitate accurate and dependable final pricing by General Contractors

Bid Phase: Perform all necessary bid phase services

Construction Phase: Perform Construction Administration, coordinate with owner’s building commissioning agent if appropriate, and project close out duties per the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)

DSB List#11-02 Item #2, Page 2 of 4

Page 144: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 2 DSB PUBLIC NOTICE DATE: February 23, 2011

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.

Preliminary Floor Plans Basement Floor Plan: http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb110202_dca_basement_122010.pdf Ground Floor Plan: http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb110202_dca_gr_fl_122010.pdf

GENERAL CONDITIONS FOR THIS CONTRACT: Contract 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/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf

Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance

(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls, and

expresses their opinion regarding those controls.

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

Workshops DCACS 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.

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

Construction Specifications The designer shall be responsible for creating detailed comprehensive Specifications specifically suited to the project in Standard CSI format.

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

Cost Estimating Cost estimates and cost estimate reconciliation will be part of basic Design services for this project.

1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.

DSB List#11-02 Item #2, Page 3 of 4

Page 145: Crematory 20110223 Central Register

DSB LIST # 11-02 ITEM # 2 DSB PUBLIC NOTICE DATE: February 23, 2011

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

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 the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage.

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

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

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

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

1. Prior successful experience on renovations and 3. Demonstrated ability of the firm to meet project construction of School Buildings and/or renovations schedule based on current workload of staff assigned of a similar type, scope and characteristics. to the project and total work load of firm

2. Prior successful experience on Massachusetts public construction projects using M.G.L.c149

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB Application Form (Updated February 2011) is included with this Notice, and is available for download at http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_11_2_1.doc.

Only complete applications submitted on the DSB Application Form (Updated February 2011) will be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB Application Form (Updated February 2011) will be rejected as non-compliant and not be considered by the Board.

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

DSB List#11-02 Item #2, Page 4 of 4