police station 20111116 central register
TRANSCRIPT
Volume 31, Issue 46, November 16, 2011
The CentralRegisterPublished by: The Secretary of the Commonwealth, William Francis Galvin
CENTRAL REGISTERPublished weekly by William Francis Galvin, Secretary of the Commonwealth
Volume 31, Issue 46, November 16, 2011
DESIGNER SERVICESRequest for Proposals 1
GENERAL CONTRACTSInvitation to Bid 8
CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 43
CONTRACT AWARDS 52
LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY
Notice of Proposed Disposition of Real Property 58Office of Lease Management 64
MISCELLANEOUSGroundwater Discharge Permit -
LIST OF DEBARRED CONTRACTORSDCAM 66Attorney General 67
DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST 70
LIST OF DECERTIFIED CONTRACTORSDCAM 71
SUPPLIER DIVERSITY OFFICE (Formerly SOMBWA) 75
DESIGNER SELECTION BOARD 80
The Central Register is a state publication of public contracting opportunities, contract awardsand related information received by the Secretary of the Commonwealth under the provisions ofM.G.L. c. 9, § 20A.
William Francis Galvin Secretary of the Commonwealth
STATE BOOKSTORE State House, Room 116
Boston, MA 02133 (617) 727-2834
CENTRAL REGISTER SUBSCRIPTION INFORMATION
The Central Register is available in electronic form only.
The total subscription price is $100 per year.
You may subscribe to this publication on the following website:
http://www.sec.state.ma.us/PublicationSubscriptionPublic/Login.aspx
Please feel free to contact the State Bookstore with any questions that you may have regarding your subscription.
Phone: (617) 727-2834 Email: [email protected]
** State Agencies Only** CHECKS WILL NOT BE ACCEPTED FROM STATE AGENCIES.
State agencies are required to use the IE/ITI system. State agencies must complete the following information in order for their subscription to be processed.
DEPT. CODE (3 letters): _________________________________ORG. # (4 numbers): ____________________________________________ AMOUNT TO BE ENCUMBERED: $___________________________________________ AGENCY NAME: ___________________________________________________________________________________________________ CONTACT NAME: __________________________________________________________________________________________________ ADDRESS: ________________________________________________________________________________________________________ PHONE:__________________________________ CONTACT EMAIL:________________________________________________________
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Brookline, Town of Building Department333 Washington St. 3rd FloorBrookline, MA 02445
Anthony Guigli
PHONE: 617-730-2100
PROJECT: Building Envelope Repairs at the Unified Arts Building, 46 Tappan St., Brookline.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 617-739-7542
Designer's Fee: Negotiated Estimated Construction Cost: $1,300,000
SCOPE: Design and Construction Administration Services for Roof and Masonry Repairs/Replacement.
BRIEFING SESSION: 11/29/11 at 10:00 A.M. at the Unified Arts Building, 46 Tappan St., Brookline.
DEADLINE FOR APPLICATION FORM:12/6/12 @ 2:00 P.M.
Time Period for Completed Project:Fall 2012
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 11/16/11
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Dartmouth, Town of 400 Slocum Rd.Dartmouth, MA 02747
David G. Cressman
PHONE: 508-910-1813
PROJECT: The Town of Dartmouth seeks a designer to implement the necessary study to design and bid a replacement window system.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-910-1839
Designer's Fee:Estimated Construction Cost:
SCOPE: Prepare Design Development Documents and, subject to funding, prepare bid documents and provide construction administration services.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:12/7/11 @ 2:00 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY:
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
1
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Haverhill, City of 4 Summer St.Haverhill, MA 01830
Robert DeFusco
PHONE: 978-420-3606
PROJECT: Bradford Rail Trail.
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: RFQ022.11
ADDITIONAL INFORMATION
FAX: 978-521-4348
Designer's Fee: Negotiated Estimated Construction Cost:
SCOPE: Complete a design for the Bradford Rail Trail as a non-vehicular greenway and linear park suitable for pedestrian and/or bicycling activity.
BRIEFING SESSION: 11/28/11 at 10:00 A.M. in Room 301 at the above agency address.
DEADLINE FOR APPLICATION FORM:12/8/12 @ 2:00 P.M.
Time Period for Completed Project:April 2012 - September 2013
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
AGENCY:Newburyport, City of Public Schools70 Low St.Newburyport, MA 01950
Deirdre Farrell, Assistant Superintendent
PHONE: 978-465-4456
PROJECT: The City of Newburyport is seeking the services of a qualified Designer to provide professional design services for the R.A. Nock/E.G. Molin School.
The Owner's Project Manager is Anthony J. Pruner, Heery International, Inc., 8 New England Executive Park Suite 150, Burlington, MA 01803, 781-494-9000, fax 781-494-9007, [email protected].
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 978-462-3495
Designer's Fee: Negotiated Estimated Construction Cost: $14,400,000
SCOPE: Design services to conduct a Feasibility Study, which will include the development and evaluation of potential alternative solutions and continue through the Schematic Design Phase of the MSBA approved alternative.
BRIEFING SESSION: 11/22/11 at 3:00 P.M. at the R. A. Nock/E. G. Molin School.
DEADLINE FOR APPLICATION FORM:11/30/11 @ 2:00 P.M.
Time Period for Completed Project:September 2012 for Schmatic Design
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY:
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
2
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Salem, City of Purchasing Department120 Washington St. 3rd FloorSalem, MA 01970
Thomas P. Watkins, Purchase Agent
PHONE: 978-619-5696
PROJECT: Owner's Project management Services for Salem City hall Repairs.
A Site tour will follow the Pre-Proposal Briefing.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: RFQ N-18
ADDITIONAL INFORMATION
FAX: 978-745-7461
Designer's Fee:Estimated Construction Cost:
SCOPE:
BRIEFING SESSION: 12/1/11 at 2:00 P.M. at the above agency address.
DEADLINE FOR APPLICATION FORM:12/8/11 @ 10:00 A.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 11/16/11 after 10:00 A.M. at the above agency address.
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Wareham, Town of 54 Marion Rd.Wareham, MA 02571
John Charbonneau
PHONE: 508-291-3100 ext. 6500
PROJECT: As needed Town Engineering consultant services.
Additional contact person is Brenda Sampson, 508-291-3100 ext. 6501 or [email protected]. The Town of Wareham is an EOE/AA Employer/Contracting Entity. (Attn.: Mark Andrews, Town Administrator.)
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: (508) 291-3116
Designer's Fee:Estimated Construction Cost:
SCOPE: Provide professional engineering and other consultant services for peer review of applications and plans for new development and for inspection of new development for conformance to the approved plans.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:12/2/11 @ 4:30 P.M.
Time Period for Completed Project:
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 11/16/11
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
3
CENTRAL REGISTER - DESIGNER SERVICESPublic projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.CR-1
AGENCY:Webster, Town of Board of Selectmen350 Main St.Webster, MA 01570
Ms. Carol J. Cyr, Director, Office of Community Development
PHONE: 508-949-3800 ext. 4004
PROJECT: Survey, Design Engineering, Construction Administration and Clerk of Works/Resident Inspection Services.
This contract is funded by a Massachusetts CDBG Program grant and is subject to the requirements thereof. The Town encourages submissions from Section 3, Small and/or D/M/WBE businesses. The Town of Webster is a EEO/AA contracting agency.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
ADDITIONAL INFORMATION
FAX: 508-949-3836
Designer's Fee: Negotiated NTE $47,500Estimated Construction Cost: $270,000.00
SCOPE: Reconstruction of School and High Streets Municipal Parking Lot and Mechanic St. Sidewalk Reconstruction.
BRIEFING SESSION:
DEADLINE FOR APPLICATION FORM:12/15/11 @ 4:00 P.M.
Time Period for Completed Project:September 2012
CONTRACT INFORMATION:
Clerk of Works/Construction Inspector
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY: 11/16/11 by contacting the Webster Office of Community Development at 508-949-3800 ext. 4004 or [email protected].
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
AGENCY:Yarmouth, Town of Recreation Division1146 Route 28South Yarmouth, MA 02664
Patricia M. Armstrong, CPRP
PHONE: 508-398-2231 ext. 1523
PROJECT: Yarmouth Sailing Center Renovations: Preparation of Bid Specifications, Engineering Services and Construction Administration.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 11-16- REC
ADDITIONAL INFORMATION
FAX: 508-790-9152
Designer's Fee: Negotiated Up To $27,500Estimated Construction Cost: $300,000
SCOPE: Prepare Existing Conditions report, coordinate the renovation details, develop bid documents, prepare schedules and provide construction administration services.
BRIEFING SESSION: 11/21/11 at 10:30 A.M. at 24 New Hampshire Ave., West Yarmouth.
DEADLINE FOR APPLICATION FORM:12/19/11 @ 11:30 A.M.
Time Period for Completed Project:February 2012 - May 2013
CONTRACT INFORMATION:
SPECIFIC DESIGNER SERVICES
Specify
PROJECT PROGRAM AVAILABILITY:
EMAIL: [email protected]
Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager
Other
4
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:Arlington, Town ofHousing Authority4 Winslow St.Arlington, MA 02474-3062
11/9/11.
PHONE: 781-646-3400 ext. 17CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-646-2369
PROJECT:Bid for boiler rooms and crawl spaces at Drake Village 667-1 for Asbestos Abatement.
ESTIMATED COST: $45,000.00
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: 11/30/11 @ 11:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Cronin EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Barnstable, Town of Department of Public Works382 Falmouth Rd.Hyannis, MA 02601
Above agency address, 11/16/11 at 12:00 P.M.
PHONE: 508-790-6400 ext. 4935CONTACT INFORMATION
PROJECT NUMBER: 02-000-12-003
FAX: 508-790-6406
PROJECT:Great Marsh Rd. Roadway Improvement Project.
ESTIMATED COST: $1,500,000
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: 12/8/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/29/11 at 2:00 P.M. in the DPW Conference Room at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Denise Geoffrion EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
5
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Barnstable, Town of School District230 South St.Hyannis, MA 02601
On the Town of Barnstable website, Bid & RFP System at www.town.barnstable.ma.us.
PHONE: 508-862-4741CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-862-4717
PROJECT:Barnstable West Barnstable Elementary School Gable end vinyl siding installation including associated work as specified.
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: 12/9/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid meeting: 11/29/11 at 11:00 A.M. at 2463 West Main St., West Barnstable.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Johanna Boucher, Purchasing Agent EMAIL:
CONTRACTOR QUALIFICATION:
AGENCY:Bedford, Town of Department of Public Works314 Great Rd.Bedford, MA 01730
Above agency address, 11/17/11 after 9:00 A.M.
PHONE: 781-275-7605 ext. 119CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-275-9010
PROJECT:Replacement of the Wilson Mill Dam including construction of circular weir with stone facade upstream of historical dam, relining/reinforcing of existing culverts, utility bypass, construction of walls, construction of canoe launch, grading and other incidental work.
ESTIMATED COST: $850,000
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: 12/15/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Mailing fee for plans and specs is $20 (via regular mail). No charge if the package is picked up in person or if a Fed-Ex account number is supplied.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kristin Dowdy EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
6
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, 11/14/11. 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: 6950
FAX: 617-635-0555
PROJECT:Renovations of Strand Theatre Restrooms.
ESTIMATED COST: $442,000.00
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: Masonry, Ceramic Tile, Plumbing, HVAC, Electrical
SUB BID DEADLINE: 12/1/11 @ 12:00 P.M. GENERAL BID DEADLINE: 12/19/11 @ 12:00 P.M.
ADDITIONAL INFORMATION Site viewing: 11/22/11 at 9:30 A.M. at 543 Columbia Rd., Boston. 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 ofHousing Authority52 Chauncy St. 6th FloorBoston, MA 02111
Above agency address, 11/16/11 after 10:00 A.M.
PHONE: 617-988-4041CONTACT INFORMATION
PROJECT NUMBER: 0116-06
FAX:
PROJECT:Exterior Building Upgrades at Heritage Apartments, Phase II.
ESTIMATED COST: $1,733,814.00
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: Masonry, Miscellaneous Ornamental Iron, Waterproofing & Caulking, Roofing & Flashing, Aluminum Windows, Painting
SUB BID DEADLINE: 12/6/11 @ 11:00 A.M. GENERAL BID DEADLINE: 12/20/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Site visit: 11/23/11 at 10:00 A.M. at Heritage Apartments, 209 Sumner St., East Boston. Refundable plan deposit is $50.00 in the form of checks only, payable to the Boston Housing Authority. Plans will be mailed upon receipt of an additional $15.00 mailing fee in the form of checks only. Additional sets may be purchased for $50.00 (non-refundable). Minority and Women Participation Provision and Resident Employment Provision must both be met.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Camen Clark EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
7
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofPublic Health Commission Property Management Long Island Campus 1 Moon Island RdBoston, MA 02171
By email request to [email protected], 11/16/11.
PHONE: 617-534-2500CONTACT INFORMATION
PROJECT NUMBER: BS-005-12
FAX: 857-288-2273
PROJECT:Installation of New Steam Control Valve at the McGilvery Building. Installation of boiler controller with two zone valves at the Transitions Building.
ESTIMATED COST: $20,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/6/11 @ 1:00 P.M.
ADDITIONAL INFORMATION Mandatory walk-through: 11/29/11 at 10:00 A.M. at the Administration Building, 1st Floor (Across the Chapel).
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Belkis L. Roman EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Boston, City ofPublic Health Commission (BPHC)Property Management Long Island Campus 1 Moon Island Rd.Boston, MA 02171
By email request to [email protected], 11/16/11.
PHONE: 617-534-2500CONTACT INFORMATION
PROJECT NUMBER: PM-8-1214
FAX: 857-288-2273
PROJECT:Roof Emergency Repairs: BPHC is seeking the pre-qualification of competent roofing companies to perform emergency roofing work within all the properties owned and/or operated by the BPHC.
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: 12/1/11 @ 1:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Belkis L. Roman EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
8
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Boston, City ofRetirement BoardOne City Hall Square Room 816Boston, MA 02201
Room 811 at the above agency address, 11/21/11 .
PHONE: 617-635-4310CONTACT INFORMATION
PROJECT NUMBER: PCMD2012-04
FAX: 617-635-4318
PROJECT:SBRS Room 716 Renew Project: The scope of work includes minor demolition, office remodel, flooring and finish.
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: 12/5/11 @ 12:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jean Petitti EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Braintree, Town ofHousing Authority25 Roosevelt St.Braintree, MA 02184
Above agency address, 11/16/11, 8:00 A.M. - 4:00 P.M.
PHONE: 781-848-1484 ext. 9CONTACT INFORMATION
PROJECT NUMBER: DHCD Project #040045
FAX: 781-380-4333
PROJECT:Complete removal and disposal of existing windows and trim and the materials and installation of new PVC windows and trim, including but not limited to flashing and all accessories.
ESTIMATED COST: $20,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Site Inspection: 11/21/11 at 10:00 A.M. at 43 Hillview Rd., Braintree. Installer must have a moderate risk deleading certificate. Quotes are subject to M.G.L. c. 149, § 44A(2)(B) and to State Prevailing Wage Rates as required by M.G.L. c. 149, §§ 26 - 27H.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauren Murphy EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
9
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Brockton, City of Department of Public Works 45 School St. 3rd Floor Brockton, MA 02301
C.D.M., 260 West Exchange St. Suite 300, Providence, RI 02903 or by email request, 11/16/11 after 10:00 A.M.
PHONE: 401-457-0332CONTACT INFORMATION
PROJECT NUMBER: DPW 12/105 REBID
FAX: 401-457-0332
PROJECT:39 Montauk Rd. Roof Replacement: Remove and dispose of 4,400 square feet of existing flat roof with non-friable asbestos containing material disposal. Furnish and install new single ply membrane roof with tapered insulation, aluminum soffits, gutters and rain leaders.
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: 12/1/11 @ 3:00 P.M.
ADDITIONAL INFORMATION No Pre-bid conference scheduled. Contact the City Utilities Department at 508-580-7880 to arrange for a site visit. No fee for plans. By City Ordinance Ch13, apprenticeship applies for bids over $100,000. Bids must be received by the Chief Procurement Officer at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ian Mead, CDM, Providence, RI EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Cambridge, City ofPurchasing Department795 Massachusetts Ave.Cambridge, MA 02139
Above agency address, 11/17/11. Office Hours: Monday, 8:30 A.M. - 8:00 P.M.; Tuesday - Thursday, 8:30 A.M. - 5:00 P.M.; Friday, 8:30 A.M. - 12:00 P.M.
PHONE: 617-349-4310CONTACT INFORMATION
PROJECT NUMBER: 5653
FAX: 617-349-4008
PROJECT:Plumbing Services as Needed for Various City and School Departments.
ESTIMATED COST: NTE $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: 12/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Cynthia H. Griffin EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
10
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Cambridge, City ofPurchasing Department795 Massachusetts Ave.Cambridge, MA 02139
Above agency address, 11/16/11. Office Hours: Monday, 8:30 A.M. - 8:00 P.M.; Tuesday - Thursday, 8:30 A.M. - 5:00 P.M.; Friday, 8:30 A.M. - 12:00 P.M.
PHONE: 617-349-4310CONTACT INFORMATION
PROJECT NUMBER: 5654
FAX: 617-349-4008
PROJECT:City of Cambridge CAM 017 Combined Sewer Overflow Regulator Improvements and Drainage Installation.
ESTIMATED COST: $3.5 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: 12/15/11 @ 2:00 P.M.
ADDITIONAL INFORMATION A $150.00 fee is required for each set of plans and specs in the form of a check only, payable to the City of Cambridge.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Cynthia H. Griffin EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Concord, Town of Department of Public Works133 Keyes Rd.Concord, MA 01742
Above agency address or by email request to [email protected], 11/16/11 at 9:00 A.M.
PHONE: 978-318-3206CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Interior painting of all painted surfaces at 133 and 135 Keyes Rd., Concord. All work to be performed on weekends/evenings and holidays.
ESTIMATED COST: $13,500.00
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: 12/8/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Walk-through: 12/1/11 at 10:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Anna Trout, Sr. Administrative Assistant EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
11
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Concord, Town ofFire Department209 Walden St.Concord, MA 01742
By contacting Deputy Chief Christopher Kelley at 978-318-3451 or [email protected], 11/7/11 at 2:00 P.M.
PHONE: 9783183451CONTACT INFORMATION
PROJECT NUMBER:
FAX: 9783696697
PROJECT:The Town of Concord is requesting quotes from qualified contractors to install a HVAC System at the Public Safety Building, 209 Walden St., Concord.
ESTIMATED COST: $25,000 (Maximum)
PLANS/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: 12/7/11 @ 2:00 P.M.
ADDITIONAL INFORMATION All quotes must be received at the above agency address no later than the deadline. The Town of Concord reserves the right to reject any and all quotes, to waive any informality, and to make the award as may be in the best interest of the Town.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Christopher Kelley EMAIL:
CONTRACTOR QUALIFICATION:
AGENCY:Dracut, Town ofHousing Authority971 Mammoth Rd.Dracut, MA 01826
Above agency address, 11/17/11.
PHONE: 978-957-3515CONTACT INFORMATION
PROJECT NUMBER: 689
FAX: 978-957-3399
PROJECT:Demolition of existing conditions and renovation of an existing accessible bathroom in a publicly funded group home.
ESTIMATED COST: $20,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/1/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mary T. Karabatsos EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
12
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Duxbury, Town of878 Tremont St.Duxbury, MA 02332
The Carell Group, Inc., 85 Main St., Hopkinton, MA 01748, 11/17/11 after 2:00 P.M.
PHONE: 508-497-0909CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-497-0999
PROJECT:Construction of a New Police Station.
ESTIMATED COST: $4,500,000
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: Masonry Work; Misc. Metals; Waterproofing, Dampproofing,Caulking & Sealants; Roofing; Ceramic Tile; Acoustical Ceiling Tile; Resilient Flooring; Painting; Plumbing; HVAC; Electrical Work
SUB BID DEADLINE: 12/6/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/16/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/29/11 at 10:00 A.M. at the Fire Headquarters, 668 Tremont St., Duxbury. No plan deposit required. Mailing fee is $50 (Non-refundable), Company Check accepted, payable to The Carell Group,Inc. The mailing fee will be waived if a FedEx Account Number is provided. Plans and Specs are on a disk.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Meg Weslar, The Carell Group, Inc. EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Easton, Town ofBoard of Selectmen136 Elm St.North Easton, MA 02356
Amory Engineers, P.C., 25 Depot St., Duxbury, MA 02332, 11/16/11. Office Hours: Monday - Friday, 8:00 A.M. - 5:00 P.M.
PHONE: 781-934-0178CONTACT INFORMATION
PROJECT NUMBER: DPW 2012-9
FAX: 781-934-6499
PROJECT:Roof Replacement at Fire Station No. 3, 413 Bay Rd., Easton.
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: 11/30/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Deposit for Contract Documents not required. Mailing fee is $25, payable to Amory Engineers, P.C.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David Jacobsen, Amory Engineers EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
13
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Framingham, Town of Department of Public Works110 Western Ave.Framingham, MA 01702
Above agency address, 11/16/11 after 10:00 A.M.
PHONE: 508-532-6040CONTACT INFORMATION
PROJECT NUMBER: PW-218
FAX: 508-620-4884
PROJECT:The Town of Framingham invites proposals from qualified firms to provide repairs, maintenance and installation of the domestic and commercial plumbing infrastructure in designated buildings operated by the Department of Public Works.
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: 12/1/11 @ 1:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Amy L. Putney EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Framingham, Town ofHousing Authority1 John J. Brady DriveFramingham, MA 01702
Above agency address, 11/16/11 after 10:00 A.M.
PHONE: 508-879-7562CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-626-0252
PROJECT:Roof Replacement and Related Work at John J. Brady Drive.
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: 11/30/11 @ 1:00 P.M.
ADDITIONAL INFORMATION The buildings will be available for inspection by appointment. Please call Mr. Paul Landers at 508-879-7562 to schedule an appointment.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Landers EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
14
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Greenfield, Town of Department of Public Works14 Court Square Room 24Greenfield, MA 01301
Above agency address or by email request to [email protected], 11/18/11. Office Hours: Monday - Friday, 8:30 A.M. - 5:00 P.M.
PHONE: 413-772-1528 ext. 104CONTACT INFORMATION
PROJECT NUMBER: 11-12
FAX: 413-773-9593
PROJECT:Repair and Restoration of the Green River Water Supply Dam.
ESTIMATED COST: $2,656,125
PLANS/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: 12/2/11 @ 2:00 P.M.
ADDITIONAL INFORMATION No site visit required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Alan Twarog EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Hudson, Town of78 Main St.Hudson, MA 01749
Above agency address or by email request to [email protected], 11/18/11 at 10:00 A.M.
PHONE: 978-562-2989CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-568-9641
PROJECT:The Town of Hudson Community Development Department is seeking qualified contractors to provide soil excavation and site remediation for the Town at its 173 Washington St. property, known as the Bonazzoli site.
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: 12/1/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Pre-Bid Site Visit: 11/22/11 at 10:00 A.M. at the site. All bids are due to the Office of the Executive Assistant by the deadline, at which time and place bids shall be publicly opened. Massachusetts prevailing wage rates are required to be paid by the successful bidder. Questions/RFI’s may be directed to Kerin Shea, Community Development Assistant at 978-562-2989 or [email protected]. Any contract issued in response to a successful bid must be approved by the Board of Selectmen. The Town reserves the right to reject any or all bids and to not make an award on this contract if doing so is in the best interest of the Town.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kerin Shea,Community & Economic Development Assistant EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
15
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Leverett, Town of Office of the Town AdministratorP.O. Box 3009 Montague Rd.Leverett, MA 01054
Above agency address, 11/17/11 at 10:00 A.M.
PHONE: 413-548-9699CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413 548 9150
PROJECT:Provision of Insulation for approximately 8,000 gsf of attic floor in the existing Leverett Elementary School. Work to include removal and disposal of existing waste/refuse on attic floor, installation of blown-in cellulose insulation over existing attic floor to provide R-25 insulation blanket and installation of fiberglass batt insulation to provide an R-25 insulation blanket where required to insulate exposed vertical walls greater than seven inches in height and to stop cellulose insulation at attic floor edges.
ESTIMATED COST: $17,000
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: 12/1/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Site visit/access to attic work area: 11/22/11 at 10:00 A.M. at the Leverett Elementary School.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ms. Marjorie McGinnis, Town Administrator EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Lowell, City of Public SchoolsHenry J. Mroz Administrative OfficesEdith Nourse Rogers School43 Highland St.Lowell, MA 01852
Nashoba Blue, Inc., 433 Main St,, Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com (may be viewed electronically and hard copy requested).
PHONE: 781-863-6270CONTACT INFORMATION
PROJECT NUMBER: IFB 12-21
FAX: 781-274-0569
PROJECT:Washington Elementary School Window Replacement, 795 Wilder St., Lowell.
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: Painting
SUB BID DEADLINE: 12/1/11 @ 3:00 P.M. GENERAL BID DEADLINE: 12/8/11 @ 3:00 P.M.
ADDITIONAL INFORMATION Pre-bid Meeting: 11/28/11 at 1:00 P.M. at the Washington Elementary School, 795 Wilder St., Lowell. Plan deposit is $50/set (refundable), electronically paid or in the form of a certified or cashier’s check, payable to BidDocs Online, Inc. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashier’s check, payable to BidDocs Online, Inc. The Architect is Icon Architecture, 38 Chauncey St., Boston, MA 02111, Attn.: Janis Mamayek 617-451-3333.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Christina Gentile EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
16
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Lowell, City ofPublic SchoolsHenry J. Mroz Administrative OfficesEdith Nourse Rogers School43 Highland St.Lowell, MA 01852
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com (may be viewed electronically and hard copy requested).
PHONE: 781-863-6270CONTACT INFORMATION
PROJECT NUMBER: IFB 12-20
FAX: 781-275-0569
PROJECT:Moody Elementary School Window Replacement, 158 Rogers St., Lowell.
ESTIMATED COST: $650,000
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: Painting
SUB BID DEADLINE: 12/1/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/8/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid Meeting: 11/28/11 at 10:00 A.M. at the Moody Elementary School, 158 Rogers St., Lowell. Plan deposit is $50/set (refundable), electronically paid or in the form of a certified or cashier’s check, payable to BidDocs Online, Inc.. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashier’s check, payable to BidDocs Online, Inc. The Architect is Icon Architecture, 38 Chauncey St., Boston, MA 02111, Attn.: Janis Mamayek, 617-451-3333.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Christina Gentile EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Ludlow, Town of Department of Public Works198 Sportsmen's Rd.Ludlow, MA 01056
Above agency address, 11/16/11, 8:30 A.M. - 4:00 P.M.
PHONE: 413-583-5625CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-589-1488
PROJECT:Purchase of Heavy-Duty Two Post Lift. The Town of Ludlow will receive bids for the furnishing and installation of a Heavy-Duty Two Post Lift to be installed at the Department of Public Works Garage at 198 Sportsmen's Rd., Ludlow.
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: 11/30/11 @ 10:30 A.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 11/28/11 at 10:30 A.M. in the DPW Conference Room. Bids, submitted addressed to the Board of Public Works and marked "Heavy Duty Two Post Lift", will be received at the above agency address until the deadline, at which time they will be publicly opened in the DPW Conference Room. The Town of Ludlow reserves the right to accept or reject any or all bids and call for new bids. Contractors are required to comply with the Commonwealth of Massachusetts Department of Labor and Industries Prevailing Wage Rates in accordance with M.G.L. c. 149 § 26 and 27D. The Town of Ludlow is an Equal Opportunity Affirmative Action Employer.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Dzubek, Director EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
17
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Mansfield, Town ofMunicipal Electric Department (MMED)125 High St. Unit #2Mansfield, MA 02048
Above agency address, 11/17/11.
PHONE: 508-261-7361CONTACT INFORMATION
PROJECT NUMBER: 17
FAX: 508-261-7391
PROJECT:Construction Bid East Mansfield Substation.
ESTIMATED COST: $2,100,000.00
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: 12/15/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 11/29/11 at 10:00 A.M. at the East Mansfield Substation, 447 Bird Rd., Mansfield.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Gary Babin EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Marlborough, City of 140 Main St.Marlborough, MA 01752
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 11/17/11 after 10:00 A.M.
PHONE: 617-778-0951CONTACT INFORMATION
PROJECT NUMBER: 149.PF.2012-031
FAX: 617-778-0999
PROJECT:Boiler and Chiller Replacement for Marlborough High School. General Contractor must be DCAM certified for HVAC.
ESTIMATED COST: $1,658,179
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Plumbing and Electrical
SUB BID DEADLINE: 12/6/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/15/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid inspection: 11/22/11 at 3:30 P.M. at the Mechanical Room entrance at the back of Marlborough High School, 431 Bolton St., Marlborough. Plan deposit is $40/set, payable to BidDocs Online, Inc. (Attn.: John L. Ghiloni,Director of Public Facilities.)
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Kalous, Owner's Project Manager EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
18
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Marlborough, City ofDepartment of Public WorksMunicipal Garage135 Neil St.Marlborough, MA 01752
Camp Dresser & McKee, Inc., 260 West Exchange St. Suite 300, Providence, RI 02903, Attn.: Thomas V. Tran, 401-457-0379, 11/16/11.
PHONE: 401-457-0379CONTACT INFORMATION
PROJECT NUMBER: Easterly WWTF Improvements
FAX: 401-274-2173
PROJECT:Construction of a new phosphorus removal system, new parshall flume, new headworks building and grit facilities, primary, first and second stage settling tank upgrades, conversion to fine bubble aeration, new odor control systems, existing sludge pumping systems upgrades, new WAS storage tanks, new chemical systems, chlorine contact tanks upgrades, new generator, new sludge mix tanks, operation building improvements, new sludge dewatering systems, drainage and site improvements, new resident drop-off facility and all other miscellaneous work. The City of Marlborough is seeking qualified general contractors and filed sub-contractors to submit Statements of Qualifications (SOQs) for the construction of improvements to the existing 5.5 mgd wastewater treatment facility (WWTF).
ESTIMATED COST: $50,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry; Misc. Metals; Waterproofing, Dampproofing & Caulking; Roofing & Flashing; Metal Windows; Glass & Glazing; Terrazzo; Acoustical Tile; Resilient Floors; Painting; Plumbing; HVAC; Electrical
SUB BID DEADLINE: 12/14/11 @ 11:00 A.M. GENERAL BID DEADLINE: 12/14/11 @ 11:00 A.M.
ADDITIONAL INFORMATION This project is being bid in accordance with St. 2004. c. 193 and M.G.L. c. 149 § 44A-M. RFQs may be mailed, faxed or emailed, as requested. General contractors and filed sub-contractors must be pre-qualified to bid on the project. The SOQ must be submitted to the City of Marlborough c/o Mr. Ron LaFreniere at the above agency address by the deadline.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thomas V. Tran EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Medford, City of Purchasing Department85 George P. Hassett Drive Room 105Medford, MA 02155
Above agency address, 11/16/11 after 11:00 A.M.
PHONE: 781-393-2465CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-391-2078
PROJECT:Caron Theater Renovation at Medford High School.
ESTIMATED COST: $160,000
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: 11/30/11 @ 10:00 A.M. GENERAL BID DEADLINE: 12/7/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/23/11 at 3:00 P.M. at the Caron Theater at Medford High School, 489 Winthrop St., Medford. There is a $125.00 deposit for bid plans and specifications.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Catherine M. D'Orazio, MCPPO EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
19
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Melrose, City ofPark Commission100 Slayton Rd.Melrose, MA 02176
Above agency address, 11/18/11 at 10:00 A.M.
PHONE: 781-662-3498CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Renovations and Alterations to the existing kitchen and bar at the Mount Hood Clubhouse. Project construction is required to begin on 12/27/11 and be completed not later than 1/27/12.
ESTIMATED COST: $210,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Plumbing, Mechanical, Electrical
SUB BID DEADLINE: 12/2/11 @ 10:00 A.M. GENERAL BID DEADLINE: 12/16/11 @ 10:00 A.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
DiLullo Associates, Inc EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Middleborough, Town ofGas and Electric DepartmentAdministrative Office32 South Main St.Middleborough, MA 02346
Above agency address, 11/11/11, 9:00 A.M. - 4:00 P.M.
PHONE: 508-947-1371 ext. 114CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-946-3706
PROJECT:Exterior painting and preservation, repair of the Administrative building at 32 South Main St., a registered historic home (Philander Washburn House).
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: 12/13/11 @ 12:00 P.M.
ADDITIONAL INFORMATION Pre-bid meeting: 12/5/11 at 10:00 A.M. at 32 South Main St., Middleborough. Bidders must visit the site and register during business hours to review existing conditions before submitting bids.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Sandra Richter EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
20
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Middleborough, Town ofPublic Schools30 Forest St.Middleborough, MA 02346
Maguire Group Inc., 211 Congress St., Boston, MA 02110 or by email request to [email protected], 11/16/11 after 12:00 P.M.
PHONE: 617-778-1487CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-348-2143
PROJECT:Window and entrance storefront replacement at the Mary K. Goode Elementary School, 31 Mayflower Ave., Middleborough.
ESTIMATED COST: $400,000.00
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: 12/8/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid site visit: 11/22/11 at 3:30 P.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lynn Stapleton EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Nantucket, Town ofNantucket Islands Land Bank22 Broad St.Nantucket, MA 02554
Online at www.nantucket-ma.gov/Pages/NantucketMA_Procurement/index.
PHONE: 508-332-9722CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-228-9369
PROJECT:Construction of new five bay storage building. Excavate for foundation, pour foundation, construct building, install electric, backfill and re-grade.
ESTIMATED COST: $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: Concrete
SUB BID DEADLINE: 11/30/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/15/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Bruce Perry EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
21
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Nantucket, Town ofNantucket Islands Land Bank22 Broad St.Nantucket, MA 02554
Above agency address or online at www.nantucket-ma.gov on the Procurement page.
PHONE: 508-228-7240CONTACT INFORMATION
PROJECT NUMBER: 2011-56
FAX:
PROJECT:Five Bay Storage Building at 125 Somerset Rd., Nantucket.
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: Masonry
SUB BID DEADLINE: 11/30/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/15/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Bid documents will be accepted at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jessica Bell EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Newburyport, City of 60 Pleasant St.Newburyport, MA 01950
Above agency address, 11/16/11 at 8:00 A.M.
PHONE: 978-499-0413CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-465-9958
PROJECT:Newburyport Yard Waste Facility Site Clearing: Site clearing of approximately three to five acres, including tree cutting/removal, stump removal, grading and leveling and creating base berm.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 11/30/11 @ 11:00 A.M.
ADDITIONAL INFORMATION A pre-bid meeting will be scheduled for the week of 11/21/11 at Crow Lane, off of Low St., Newburyport. See bid specs for date and time.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Molly Ettenborough EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
22
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Norton, Town ofPublic Schools64 West Main St.Norton, MA 02766
By contacting Barry Nectow, Director of Operations and Finance at [email protected], 11/16/11 at 9:00 A.M.
PHONE: 508-286-2672CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-285-0199
PROJECT:Waterproofing work at the Norton Middle School.
ESTIMATED COST: $25,000 (Maximum)
PLANS/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: 12/1/11 @ 12:00 P.M.
ADDITIONAL INFORMATION For additional information, please contact Barry Nectow, Director of Operations and Finance at [email protected].
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Barry S. Nectow EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Orleans, Town of ***CANCELLED***Town Administrator's Office19 School Rd.Orleans, MA 02653
Above agency address or by calling 508-240-3700 ext. 415, 11/9/11, 8:30 A.M. - 4:30 P.M.
PHONE: 508-240-3700 ext. 415CONTACT INFORMATION
PROJECT NUMBER: Fire Station Re-Roof
FAX: 508-240-3703
PROJECT:The Town Administrator seeks sealed bids from persons, partnerships or corporations interested in submitting bids for the re-roofing of the Orleans Fire Station.
ESTIMATED COST: $45,000.00
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: 11/28/11 @ 3:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Town Administrator's Office EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
23
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Orleans, Town of Town Administrator's Office19 School Rd.Orleans, MA 02653
Above agency address or by email request to [email protected], 11/16/11 at 8:30 A.M.
PHONE: 508-240-3700 ext. 415CONTACT INFORMATION
PROJECT NUMBER: Eldredge Park Irrigation Syste
FAX: 508-240-3703
PROJECT:The Town Administrator will receive sealed bids for Eldredge Park Irrigation System Installation.
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: 12/2/11 @ 3:00 P.M.
ADDITIONAL INFORMATION Please contact Paul Fulcher, Park and Beaches Superintendent at 508-240-3700 ext. 465 for additional information regarding the specifications or Liana Surdut, Procurement Coordinator at 508-240-3700 ext. 415 regarding the procurement process.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Town Administrator's Office EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Quincy, City ofPurchasing Department1305 Hancock St.Quincy, MA 02169
Above agency address or online at www.quincyma.gov, 11/16/11.
PHONE: 617-376-1061CONTACT INFORMATION
PROJECT NUMBER:
FAX: 617-376-1074
PROJECT:Town Brook Enhancement Project, Phase 2A: The work under this contract consists of the construction of the core improvements including construction and installation of an 11’(w) by 6’ (h) reinforced concrete box culvert with low flow channel and spawning.
ESTIMATED COST: $3,100,000.
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: 12/15/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/29/11 at 11:00 A.M. in Quincy City Hall. Plans are available at the above agency address for a $100 printing cost. (Attn.: Kathryn R. Hobin.)
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kim Caporale EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
24
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Rockland, Town ofPublic Schools99 Church St.Rockland, MA 02370
Above agency address, 11/16/11 at 9:00 A.M.
PHONE: 781-878-3893CONTACT INFORMATION
PROJECT NUMBER: Esten Windows 11.16.11
FAX: 781-982-1483
PROJECT:Completion of the Esten School windows and doors project.
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: 12/14/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Site visits are encouraged and bidders must make arrangements with Doric Scarpelli, Assistant Superintendent at 781-878-3893 for site visits and must obtain permission to enter the building and site for inspection in advance.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mr. Doric Scarpelli EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Shirley, Town ofWater District124 Ayer Rd.Shirley, MA 01464-2518
Above agency address, Monday - Friday, 9:00 A.M. - 1:00 P.M.
PHONE: 978-425-2245CONTACT INFORMATION
PROJECT NUMBER:
FAX: 978-425-6669
PROJECT:Request for Qualifications (RFQ) for Solar Power Purchase Agreement and Solar Lease Agreement.
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: 12/16/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Facility tour: 11/23/11.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Brian Goodman EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
25
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Shrewsbury, Town of ***REVISED BID DEADLINE***100 Maple Ave.Shrewsbury, MA 01545
Habeeb & Associates Architects, Inc., 150 Longwater Drive, Norwell, MA 02061, Monday - Friday, 8:00 A.M. - 3:00 P.M.
PHONE: 781-519-1069CONTACT INFORMATION
PROJECT NUMBER: Window Repl., Spring St. Elem.
FAX:
PROJECT:Window Replacement Contract at Spring Street Elementary School, 123 Spring St., Shrewsbury: Replacement of approximately 4,900 square feet of aluminum windows.
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: Windows
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/15/11 @ 2:00 P.M.***
ADDITIONAL INFORMATION Bidders must direct all questions in writing concerning the drawings and project manuals to Peter Gaudreau, Habeeb & Assoiciates, Inc., 150 Longwater Drive, Norwell, MA 02061, 781-871-9804, fax 781-871-9805 or [email protected].
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paul Queeney, PMA Consultants, Owner's Project Manager EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Stoughton, Town of Board of Selectmen10 Pearl St.Stoughton, MA 02072
Engineering Department, 10 Pearl St., Stoughton, MA 02072, 11/16/11 at 9:00 A.M.
PHONE: 781-232-9263CONTACT INFORMATION
PROJECT NUMBER:
FAX: 781-341-1086
PROJECT:The work includes the reconstruction of a brick retaining wall and masonry repairs to steps at the Historical Society Building on 6 Park St., Stoughton.
ESTIMATED COST: $9,500
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/1/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Prevailing wages apply and OSHA training is required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Ben Fehan, Town Engineer EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
26
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Taunton, City ofMunicipal Lighting Plant Commission (TMLP)Central Purchasing Department55 Weir St.Taunton, MA 02780
Above agency address, 11/10/11.
PHONE: 508-824-3149CONTACT INFORMATION
PROJECT NUMBER: IFB11-16
FAX: 508-823-6931
PROJECT:Roofing Replacement at the TMLP Administration Building, 55 Weir St., Taunton. Project consists of removing and replacing fully adhered EPDM membrane roofing, mechanically fastened rigid foam insulation, wood blocking and edge metal.
ESTIMATED COST: $146,000
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: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Project site available for inspection on 11/21/11 and 11/22/11, 9:00 A.M. - 10:00 A.M. Call 508-824-3167 for more information if needed.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
George J. Mastin, Sr. Purchasing Administrator EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Ware, Town of Department of Public Works4-1/2 Church St.Ware, MA 01082
Above agency address, 11/2/11.
PHONE: 413-967-9620CONTACT INFORMATION
PROJECT NUMBER:
FAX: 413-9679622
PROJECT:Purchase of Winter Sand.
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: 11/30/11 @ 1:00 P.M.
ADDITIONAL INFORMATION Plans may be requested by email by calling or faxing the DPW office and providing all contact information and email address. Plans will not be Faxed.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Thom Martens EMAIL:
CONTRACTOR QUALIFICATION:
27
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:West Newbury, Town of 381 Main St.West Newbury, MA 01985
Above agency address, 11/4/11 at 9:00 A.M.
PHONE: 978-363-1100 ext. 110CONTACT INFORMATION
PROJECT NUMBER: DPW 12-03
FAX: 978-363-1117
PROJECT:Construction of Basketball Court at Batchelor St. Playground including installation of erosion control, preparation of subgrade, installation of gravel base, paving and backfill.
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: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Contact the Town Clerk at [email protected] for a PDF of the bid information.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Michael P. McCarron EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:West Springfield, City ofSenior Center128 Park St.West Springfield, MA 01089
Robert W. Hall Consulting Engineers, 540 Meadow St. Extension, Agawam, MA 01001, 11/16/11 at 10:00 A.M.
PHONE: 413-789-0960CONTACT INFORMATION
PROJECT NUMBER: 12-0029
FAX: 413-789-3295
PROJECT:The project consists of new parking lot lighting, walkway lighting and flagpole lighting. Removal of all the existing parking lot lights, bases and flagpole lights.
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: 12/5/11 @ 1:00 P.M.
ADDITIONAL INFORMATION Pre-bid walk-through: 11/21/11 at 11:00 A.M. at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Marie L. Babbitt EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
28
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Woburn, City of Office of the Purchasing Director10 Common St.Woburn, MA 01801
Above agency address, 11/16/11 at 11:00 A.M.
PHONE: 781-897-5950CONTACT INFORMATION
PROJECT NUMBER: Magazine Hill Site Prep
FAX:
PROJECT:Magazine Hill Site Preparation, consisting of ledge excavation, and drainage work for parking area.
ESTIMATED COST: $225,000
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: 12/7/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-construction conference: 11/30/11 at 10:00 A.M. in the Engineering Conference Room at the above agency address. Plans can be picked up for a refundable fee of $50.00.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Sarah A. Stanton EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Barnstable CountyP.O. Box 4273195 Main St.Barnstable, MA 02601
Online at http://purchasing.barnstablecounty.org.
PHONE: 508-375-6637CONTACT INFORMATION
PROJECT NUMBER:
FAX: 508-362-4136
PROJECT:Entrance Foundation.
ESTIMATED COST: $25,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/1/11
ADDITIONAL INFORMATION A mandatory Site Visit will be held.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Elaine Davis EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
29
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Blue Hills Regional Vocational Technical School ***CORRECTED***Business Office800 Randolph St.Canton, MA 02021
Above agency address, 11/9/11, 8:30 A.M. - 4:00 P.M.
PHONE: 781-828-5800CONTACT INFORMATION
PROJECT NUMBER:
FAX:
PROJECT:Domestic Water Heater Replacement at Blue Hills Regional Vocational Technical School, 800 Randolph St., Canton.
ESTIMATED COST: $180,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Plumbing
SUB BID DEADLINE: 11/30/11 @ 2:00 P.M.*** GENERAL BID DEADLINE: 12/14/11 @ 2:00 P.M.***
ADDITIONAL INFORMATION Pre-Bid Walk-Through: 11/14/11 at 2:30 P.M. in the front lobby of the school. Filed Sub-Bids are required by DCAM certified Plumbing sub-bidders. General bidders are required to be DCAM certified HVAC prime bidders. A deposit of $50.00 is required for each set of bid documents, refundable after the return of the documents in good condition not later than 30 days after the opening of bids, whether or not a bid was submitted. Any person requesting two or more sets will be required to pay a non-refundable fee of $50.00 per set in the form of a separate check. Payments must be 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 Blue Hills Regional Vocational Technical School. For mailing of plans/specs, the bidder must prepay a mailing and handling fee. Bids are due at the above agency address.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
David Proule EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Bristol Community College ***CORRECTED***777 Elsbree St. Building F Room F100Fall River, MA 02720
Above agency address or by contacting Philicia Pacheco at 508-678-2811 ext. 2216, 11/9/11.
PHONE: 508-678-2811 ext. 2448CONTACT INFORMATION
PROJECT NUMBER: M18-12**
FAX: 508-730-3279
PROJECT:Fabrication and installation of entrance canopy.
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: 11/28/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Leo Racine EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
30
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Capital Asset Management, Division of (DCAM) ***SUB-BIDS ONLY***1 Ashburton Place 16th Floor Room 1610Boston, MA 02108
DCAM Bid Room at the above agency address or online at www.comm-pass.com, 11/16/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M.
PHONE: 617-727-4003CONTACT INFORMATION
PROJECT NUMBER: NAC1001 DC1
FAX: 617-727-5514
PROJECT:Request for Qualifications for Trade Contractor Packages: Masonry, Roofing and Flashing, Terrazzo, Elevators, Plumbing, HVAC, and Electrical for the Center for Innovation, Massachusetts College of Liberal Arts, North Adams. Scope: The project is approximately 67,000 GSF of new construction and will feature spaces for Teaching and Research Laboratories with support spaces, classrooms, lecture hall, greenhouse and a vivarium.
ESTIMATED COST: $26,000,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Masonry (ECC $50,000), Roofing & Flashing (ECC $560,000), Terrazzo (ECC $400,000), Elevators (ECC $140,000), Plumbing (ECC $1,770,000), HVAC (ECC $5,600,000), Electrical (ECC $2,800,000),
SUB BID DEADLINE: 12/6/11 @ 12:00 P.M. GENERAL BID DEADLINE:
ADDITIONAL INFORMATION This is a CM at Risk project under M.G.L. c. 149A. Interested firms must submit a Qualification Statement by the deadline and be pre-qualified if they are interested in later bidding on this project. DCAM Certification applies for this process. This Request for Qualifications is the first part of a two step selection process for Trade Contractors. First, interested firms must submit the Qualification Statement and then, at a later date, only the pre-qualified firms will be invited to submit bids for the category of work for which they were pre-qualified. This required Qualification Statement is different from DCAM Certification. All firms must be qualified for this project, even if they are already DCAM Certified. The Construction Manager is Columbia Construction and the Designer is Einhorn Yaffee Prescott.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
DCAM Bid Room EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Conservation and Recreation, Department of (DCR) ***CORRECTED***251 Causeway St. Suite 600Boston, MA 02114
Above agency address, Attn.: Tess Ward, 617-626-1424, 11/9/11 at 9:00 A.M.
PHONE: 617-626-1424/617-719-2226CONTACT INFORMATION
PROJECT NUMBER: P12-2730-C9A***
FAX: 617-626-1449
PROJECT:Swimming Pool Filtration Systems Replacement. The project consists of the demolition and removal of the existing filtration system at each facility and replacement with a new filtration system.
ESTIMATED COST: $650,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Electrical
SUB BID DEADLINE: 11/30/11 @ 11:00 A.M. GENERAL BID DEADLINE: 12/7/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/16/11 at 10:00 A.M. at the Raymond Lord Memorial Swimming Pool, Fletcher St., Lowell. A site inspection will follow at Mason Pool in Agawam on 11/17/11 at 10:00 A.M. All General bidders must be DCAM certified in Mechanical or Plumbing. All Sub-bidders must be DCAM certified in Electrical. CDs will be available at no charge. A bidder requesting a CD by mail must send to DCR a completed FedEx label with an account number, Attn.: Tess Ward. For technical questions, contact Darryl Forgione at 617-719-2226 or [email protected].
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Tess Ward for CDs/Darryl Forgione, PM, for Technical Questions EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
31
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Developmental Services, Department of (DDS)Engineering Office500 Harrison Ave. Room 163Boston, MA 02118
Above agency address, 11/16/11 - 11/29/11, Monday - Friday, 9:00 A.M. - 4:00 P.M. (excluding Holidays) and 11/30/11, 9:00 A.M. - 1:00 P.M.
PHONE: 617-624-7887CONTACT INFORMATION
PROJECT NUMBER: DDS 12-10
FAX: 617-624-7576
PROJECT:Annual Preventive Maintenance Service Contract, HVAC Equipment at the Fernald Center, Greene and Thom Buildings, 200 Trapelo Rd., Waltham. 360 Calandar days required from notice to proceed date.
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: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Meeting: 11/22/11 at 10:00 A.M. at the Thom Building, Fernald Center. Contact Person is David Chan, 617-624-7881. Bid Deposit/Bid Bond of 5% of the total bid price must secure each bid in the form of a bid bond, certified check, treasurer's or cashiers check, payable to the Commonwealth. Performance and Payment Bonds must be in the amount of 100% of the contract price.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Sheila O'Brien EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Fisheries and Wildlife, Division of 251 Causeway St. 4th FloorBoston, MA 02114
Online at www.masswildlife.org and www.comm-pass.com, 11/16/11 at 10:00 A.M.
PHONE: 617-626-1573CONTACT INFORMATION
PROJECT NUMBER: DFW-2012-013
FAX: 617-626-1517
PROJECT:Approximately 18 acres of abandoned agricultural fields are to be mowed at Millers River WMA, Cass Meadows area in Athol. The mowing will be of invading trees and shrubs. Mowing of up to 25 acres of abandoned blueberry fields at Leyden WMA in Leyden. The mowing will be of invading trees and shrubs.
ESTIMATED COST: $17,400
PLANS/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: 12/6/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Mandatory bidders' conference: 12/1/11 at 10:30 A.M. at the Cass Meadows, Millers River WMA and 12/1/11 at 1:30 P.M. at Leyden WMA. Please call or email Ben Mazzei at 508-389-6306, 413-768-9090 or [email protected] if planning to attend either or both mandatory bidders' conferences.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kathy Plett EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
32
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Fitchburg State University160 Pearl St.Fitchburg, MA 01420
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com.
PHONE: 978-665-4095CONTACT INFORMATION
PROJECT NUMBER: FSU #C1107-2, FSU Bid #105-12
FAX:
PROJECT:Miller Hall Renovations, Phase II.
ESTIMATED COST: $1,500,000
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: 09500-Acoustical Ceilings, 09900-Painting, 15400-Plumbing, 15600-HVAC, 16000-Electrical
SUB BID DEADLINE: 12/7/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/15/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference/Site Visit: 11/29/11 at 1:00 P.M. in the Miller Hall Oval Conference Room, 230 Highland Ave. 1st Floor, Fitchburg. Plan deposit is $100 per set (two sets only, refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Cost for additional sets is $100 each (non-refundable). Mailing fee is $40 per 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
Mr. Eric Hansen EMAIL:
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Fitchburg State University160 Pearl St.Fitchburg, MA 01420
Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167, 11/22/11 during regular business hours.
PHONE: 978-665-3681CONTACT INFORMATION
PROJECT NUMBER: Project # C1206 Bid # F106-12
FAX: 978-665-3682
PROJECT:Window Replacement at Sanders Administration Building. Completion Date is 3/23/12.
ESTIMATED COST: $25,000 - $99,999
PLANS/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: 12/8/11 @ 2:00 P.M.
ADDITIONAL INFORMATION No Pre-Bid Conference scheduled. Bid Documents picked up at Nashoba Blue are free. Bid Documents may be mailed on request for a $20.00 (non-refundable) fee per mailed set (covers handling and mailing charges). Fitchburg State University reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heide Messing, Project Manager EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
33
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Fitchburg State UniversityCapital Planning and Maintenance160 Pearl St.Fitchburg, MA 01420
Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, 11/17/11 during regular business hours.
PHONE: 978-665-3681CONTACT INFORMATION
PROJECT NUMBER: C1107-3
FAX: 978-665-3682
PROJECT:Bid #F107-12, Miller Hall Phase 2 Abatement.
ESTIMATED COST: $67,000
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: 12/2/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Conference: 11/22/11 at 10:30 A.M. in the Miller Hall Oval Room, 230 Highland Ave. 1st Floor, Fitchburg. The first set of Bid Documents per bidholder picked up at Nashoba Blue are free. Additional sets per bidholder are $20 per set (non-refundable). Bid Documents may be mailed on request for a $25.00 (non-refundable) fee per mailed set (covers handling and mailing charges). Fitchburg State University reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Heide Messing EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:Massachusetts Bay Community College50 Oakland St.Wellesley Hills, MA 02481
In the Annex at the above agency address or online at www.comm-pass.com, 11/16/11 at 8:00 A.M.
PHONE:CONTACT INFORMATION
PROJECT NUMBER: 12-08
FAX:
PROJECT:Abate existing floor, supply and install Lees Faculty IV carpet tile, cove base and six rubber treads with Nora one-piece tread and riser. Carpet and cover base will be installed in the Auditorium, Rooms 202 and 204 and the immediate corridors.
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: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Plans will not be mailed, faxed or emailed.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Lauren Curley EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
34
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Mental Health, Department of 25 Staniford St. Room 3078Boston MA, 02114
Above agency address, 11/16/11 - 12/6/11, 9:00 A.M. - 3:00 P.M. and 12/7/11, 9:00 A.M. - 1:00 P.M.
PHONE: 617-626-8054CONTACT INFORMATION
PROJECT NUMBER: FATSH12-14
FAX: 617-626-8046
PROJECT:Maintain, Repair, Test, Program existing Edwards System Technology (EST) Fire Alarm System at Taunton State Hospital, 60 Hodges Ave., Taunton.
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: 12/7/11 @ 1:30 P.M.
ADDITIONAL INFORMATION Mandatory Pre Bid Conference: 11/30/11 at 10:00 A.M. at the Power Plant at Taunton State Hospital.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Kris Mishra EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Port Authority, Massachusetts Capital Programs DepartmentOne Harborside DriveEast Boston, MA 02128
Above agency address, 11/15/11.
PHONE: 617-568-5950CONTACT INFORMATION
PROJECT NUMBER: L957-C1
FAX: 617-568-5998
PROJECT:New Tower Domestic Booster Pump Replacement at Logan International Airport, East Boston.
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: 12/14/11 @ 11:00 A.M.
ADDITIONAL INFORMATION Bid Documents in electronic format may be obtained free of charge at the above agency address with any addenda or amendments that the Authority may issue and a printed copy of the Proposal form.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Mary Beth Reddy EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
35
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Quinsigamond Community College670 West Boylston St.Worcester, MA 01606
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), 11/16/11 after 11:00 A.M.
PHONE: 508-854-7400CONTACT INFORMATION
PROJECT NUMBER: QCC J000112514
FAX:
PROJECT:Chapel Area Renovations, Administration Building: Interior renovation to convert the existing chapel and associated spaces to classroom and related use.
ESTIMATED COST: $1,100,000
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: Acoustic Tile, Resilient Floors, Painting, Plumbing, HVAC, Electrical Work
SUB BID DEADLINE: 11/30/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/7/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/21/11 at 2:30 P.M. at the project site. Plan deposit is $50.00/set (refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Mailing fee is $40.00/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
Mr. Don Hall EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Quinsigamond Community College670 West Boylston St.Worcester, MA 01606
11/14/11 at 9:00 A.M.
PHONE: 508-854-7518CONTACT INFORMATION
PROJECT NUMBER: QCC11142011ELEC
FAX: 508-854-4208
PROJECT:The scope of work includes providing all labor, materials, tools, equipment and supervision to provide all Electrical Service on an as needed basis for the entire campus. Duration of contract is 3 - Years from date of award.
ESTIMATED COST: $100,000/Year
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Contractor must be DCAM certified for Electrical.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paula Carey, Purchasing Manager EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
36
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Quinsigamond Community College670 West Boylston St.Worcester, MA 01606
11/14/11 at 9:00 A.M.
PHONE: 508-854-7518CONTACT INFORMATION
PROJECT NUMBER: QCC11162011ELEV
FAX: 508-854-4208
PROJECT:The scope of work includes providing all labor, materials, tools, equipment and supervision to provide all Elevator Maintenance and Repair Service on an as needed basis for the entire campus. Duration of Contract is Three Years from date of award.
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: 11/30/11 @ 3:00 P.M.
ADDITIONAL INFORMATION Contractor must be DCAM certified for Elevators.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paula Carey, Purchasing Manager EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Quinsigamond Community College670 West Boylston St.Worcester, MA 01606
11/14/11 at 9:00 A.M.
PHONE: 508-854-7518CONTACT INFORMATION
PROJECT NUMBER: QCC11152011HVAC
FAX: 508-854-4208
PROJECT:The scope of work, without limiting the generality thereof, includes providing all labor, materials, tools, equipment and supervision, to provide HVAC Service on an as needed basis for the entire campus. Duration of Contract is Three Years from date of award.
ESTIMATED COST: $100,000/Year
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 11/30/11 @ 2:30 P.M.
ADDITIONAL INFORMATION Contractor must be DCAM certified for HVAC.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Paula Carey, Purchasing Manager EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
37
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Soldiers' Home in Massachusetts (Chelsea)Quigley Building91 Crest Ave. 5th FloorChelsea, MA 02150
For pick-up only at the above agency address, 11/16/11, 7:00 A.M. - 3:00 P.M.
PHONE: 617-887-7170CONTACT INFORMATION
PROJECT NUMBER: CHE NN 12-2
FAX: 617-887-7137
PROJECT:Sealed proposals are being solicited for the provision of the replacement of the Headquarters Building's Canteen roof on behalf of the Soldiers' Home in Massachusetts (Chelsea).
ESTIMATED COST: $230,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/2/11 @ 10:00 A.M.
ADDITIONAL INFORMATION Walk-through: 11/22/11 at 10:00 A.M. at the Soldiers’ Home’s Headquarters Building Lobby. Bid documents and blueprints will be available at no charge. No requests for faxed or electronic copies will be honored.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Robert Maniatis EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Frank Kucharski, P.E., 2/8/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606247
FAX: 617-973-8397
PROJECT:District 1: Scheduled and Emergency Facilities Maintenance and Repair at Various Locations.
ESTIMATED COST: $141,000.00
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: 2/22/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
38
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Above agency address, Attn.: Frank Kucharski, P.E., 2/8/12.
PHONE: 617-973-7620CONTACT INFORMATION
PROJECT NUMBER: 606012
FAX: 617-973-8397
PROJECT:Chicopee to Palmer: Resurfacing and Related Work on a Section of the Mass Turnpike (I-90).
ESTIMATED COST: $3,924,000.00
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: 2/22/12 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Frank H. Kucharski, P.E. EMAIL:
CONTRACTOR QUALIFICATION: Department of Highway
AGENCY:University of Massachusetts - AmherstProcurement OfficeGoodell Building140 Hicks Way Room 407Amherst, MA 01003
Above agency address, 11/16/11.
PHONE: 413-545-0361CONTACT INFORMATION
PROJECT NUMBER: AA12-PR-4431
FAX: 413-545-1643
PROJECT:Request for Qualifications (RFQ) for On-Call Construction Vibration Consulting 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: 12/7/11 @ 2:00 P.M.
ADDITIONAL INFORMATION
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Peter Royer EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
39
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:University of Massachusetts - DartmouthFoster Administration Building285 Old Westport Rd. #008North Dartmouth, MA 02747
Above agency address, 11/16/11, 9:00 A.M. - 4:00 P.M.
PHONE: 508-999-9223CONTACT INFORMATION
PROJECT NUMBER: DD12JP29
FAX: 508-999-8120
PROJECT:Bathroom Prototype, East Campus Dorms: Renovate two bathrooms at East Campus Dorms.
ESTIMATED COST: $80,000.00
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Plumbing
SUB BID DEADLINE: 11/30/11 @ 2:00 P.M. GENERAL BID DEADLINE: 12/7/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-Bid Site Visit: 11/22/11 at 1:00 P.M. at the above agency address. No plan deposit required.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Doreen D. Arruda EMAIL: [email protected]
CONTRACTOR QUALIFICATION:
AGENCY:University of Massachusetts Building Authorityc/o Joslin, Lesser + Associates, Inc.44 Pleasant St.Watertown, MA 02472
Online at www.joslinlesser.com, 11/16/11 at 9:00 A.M.
PHONE: 617-744-3122CONTACT INFORMATION
PROJECT NUMBER: UMBA 08-L1
FAX: 617-924-3800
PROJECT:The project delivery method for construction is CM-at-Risk. The project is the construction of a new 146,000 GSF steel frame, a curtain wall, brick and metal panel enclosed residence hall building located at 333 Aiken St., Lowell, and site work. The building will include the construction of 472 student beds in suite style units with two staff apartments. In addition, the facility’s program will include a Café, a multipurpose room, common lounge space and common kitchens, and a laundry room. The project shall be substantially complete by August 2013.
ESTIMATED COST: See RFQ
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Elevators
SUB BID DEADLINE: GENERAL BID DEADLINE: 11/30/11 @ 2:00 P.M.
ADDITIONAL INFORMATION SOQ to be submitted in response to the RFQ by 11/30/11. The RFQ will be posted on www.joslinlesser.com on 11/16/11.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jennifer Gareau EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
40
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:University of Massachusetts Building Authorityc/o Joslin, Lesser + Associates, Inc.44 Pleasant St.Watertown, MA 02472
Online at www.joslinlesser.com, 11/16/11 at 9:00 A.M.
PHONE: 617-744-3116CONTACT INFORMATION
PROJECT NUMBER: UMBA 07-L1
FAX: 617-924-3800
PROJECT:North Campus Parking Garage, UMass Lowell, RFQ for four Trade Contractors: Masonry, Painting, Glass and Glazing and Miscellaneous Metals.
ESTIMATED COST: TBD
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES:
SUB BID DEADLINE: GENERAL BID DEADLINE: 12/2/11 @ 2:00 P.M.
ADDITIONAL INFORMATION The RFQ will be posted at www.joslinlesser.com on 11/16/11. The SOQ deadline is 12/2/11 at 2:00 P.M.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Tom Kerwin EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Above agency address or by contacting MWRA's Document Distribution Office at 617-788-2575, 11/16/11.
PHONE: 617-242-6000CONTACT INFORMATION
PROJECT NUMBER: EXE-031
FAX: 617-788-4896
PROJECT:Security Equipment Maintenance and Repair Services.
ESTIMATED COST: $660,000
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: 12/6/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/22/11 at the MWRA Chelsea Facility, Muster Room, 2 Griffin Way, Chelsea.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Bruce McMillen EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
41
CENTRAL REGISTER - GENERAL CONTRACTSPublic Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.CR-2
AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129
Above agency address or by contacting MWRA's Document Distribution Office at 617-788-2575, 11/16/11.
PHONE: 617-242-6000CONTACT INFORMATION
PROJECT NUMBER: 7230
FAX: 617-788-4896
PROJECT:Oakdale Facility Phase 1A Upgrade. Category: Electrical.
ESTIMATED COST: $2,215,000
PLANS/SPECIFICATIONS AVAILABLE(place, date and time)
(required for building contracts over $100,000 and highway contracts over $50,000)
CONTRACT INFORMATION:
SUB BID CATEGORIES: Div. 4 Masonry; Div. 5 Misc & Ornamental Iron; Div. 7 Roofing & Flashing; Div. 8 Glass & Glazing; Div. 9 Painting
SUB BID DEADLINE: 12/8/11 @ 11:30 A.M. GENERAL BID DEADLINE: 12/22/11 @ 2:00 P.M.
ADDITIONAL INFORMATION Pre-bid conference: 11/22/11 at 10:00 A.M. at the Oakdale Facility, River Rd., West Boylston.
(date and time)(date and time)
AWARDING AUTHORITY AND PROJECT INFORMATION
Jorge Silva EMAIL: [email protected]
CONTRACTOR QUALIFICATION: DCAM Certificate
42
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Lexington, Town ofPurchasing Agent/Finance Office1625 Massachusetts Ave.Lexington, MA 02421
PROJECT NUMBER: 12-50PROJECT: Worthen Road Pool Complex Bathhouse Improvements, 80 Worthen
Rd., Lexington.
AWARDING AUTHORITY:
CONTACTThomas A. Scarlata, CSI, CCS, AIA
PHONE 617-350-0450 FAX: 617-350-0215EMAIL: [email protected]
Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092
Dodge Construction/McGraw-Hill34 Crosby Drive Suite 201Bedford, MA 01730
Dagle Electrical Construction Corp285 Salem St.Woburn, MA 01801-2004
iSqFt5 Commonwealth Ave.Woburn, MA 01801
LaPan Mechanical, Inc.3 Bethany St.Worcester, MA 01604
Vareika Construction, Inc.219 Walnut St. Suite BWest Bridgewater, MA 02370
Paul J. Rogan Co., Inc.25 Hayward St.Braintree, MA 02184
Cashman Plumbing & Heating299 Westford Rd.Tyngsboro, MA 01879
Weston & SampsonFive Centennial DrivePeabody, MA 01960
Classic Construction & DevelopmeCorp.129 Commonwealth Ave.Concord, MA 01742
Casby Brothers, Inc.197 Gardner St.West Roxbury, MA 02132
P.J. Dionne Co., Inc.60 Jonspin Rd.Wilmington, MA 01887
Builders Systems, Inc.P.O. Box 635135 Southbridge St.Auburn, MA 01501
Bay State Contracting Co., LLCP.O. Box 34538 Washington St.North Pembroke, MA 02358
Seaver Construction, Inc.215 Lexington St.Woburn, MA 01801
Richman Corp.65 Liberty St.Quincy, MA 02169
E.P.B., Inc.54 Burnham St.Belmont, MA 02478
AGENCY:
Lynn, City ofPurchasing Department3 City Hall Square Room 205Lynn, MA 01901
PROJECT NUMBER:PROJECT: High Rock Reservation Vehicular and Site Improvements.
AWARDING AUTHORITY:
CONTACTCharles E. White
PHONE 781-586-6893 FAX: 781-477-7027EMAIL: [email protected]
T. Ford Co., Inc.118 Tenney St.Georgetown, MA 01833
Tufts, Inc.142 Mystic Ave. RearMedford, MA 02155
McLaughlin Brothers Contracting Corp.120 Clinton St.Brockton, MA 02302
Architectural Paving & Stone, In402 Libbey ParkwayWeymouth, MA 02189
G.V.W., Inc.1200 Bennington St.East Boston, MA 02128
43
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Mendon, Town ofHighway DepartmentP.O. Box 5166 Providence St.Mendon, MA 01756
PROJECT NUMBER:PROJECT: Install Air Cleaning System at Mendon Highway Department.
AWARDING AUTHORITY:
CONTACTAlan Tetreault
PHONE 508-473-0737 FAX: 508-473-6558EMAIL: [email protected]
Murphy Specialty, Inc.P.O. Box 292Readville, MA 02137
Air One, Inc.10 Kendrick Rd. Unit 17Wareham, MA 02571
Air Cleaning Systems, Inc.P.O. Box 859Chardon, OH 44024
Air Cleaning Specialists of New England, LLC1525 Hanover St.Hanover, MA 02339
AGENCY:
Peabody, City of Purchasing Department24 Lowell St.Peabody, MA 01960
PROJECT NUMBER:PROJECT: Upgrade of Dexter Road Pumping Station.
AWARDING AUTHORITY:
CONTACTDaniel Doucette
PHONE 978-538-5901 FAX:EMAIL:
Scherbon Consolidated40 Haverhill Rd.Amesbury, MA 01913
R.H. White Construction Co., Inc.41 Central St.Auburn, MA 01501
Williamson New England25 Griffin WayChelsea, MA 02150
C. Naughton Corp.48 Dorothea DriveWeymouth, MA 02188
AGENCY:
Plymouth, Town of11 Lincoln St.Plymouth, MA 02360
PROJECT NUMBER: 21131PROJECT: Upgrade and replace the existing HVAC system, related lighting and
acoustical ceiling modifications and add new sprinkler system at Indian Brook Elementary School in Plymouth.
AWARDING AUTHORITY:
CONTACTPamela D. Hagler
PHONE 508-747-1620 ext. 210 FAX: 508-830-4133EMAIL: [email protected]
American Electrical Construction92 Mayflower Rd.Carver, MA 02330
Carlysle Engineering115 Brookside Ave.Jamaica Plain, MA 02130
C.D.C. NewsOne Oak Brook TerraceOak Brook, IL 60181
D.D.S. Industries250 Ace St.Fall River, MA 02720
Mello Electric38 Morgan St.Fall River, MA 02721
Wes Construction650 Industrial DriveHalifax, MA 02338
Williams M. Collins Co.410 Dorchester Ave.South Boston, MA 02127
44
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Tisbury, Town of P.O. Box 788Vineyard Haven, MA 02568
PROJECT NUMBER:PROJECT: Curbside Refuse and Recycling Services for the Town of Tisbury.
AWARDING AUTHORITY:
CONTACTFred LaPiana
PHONE 508-696-4220 FAX: 508-696-4223EMAIL: [email protected]
A.B.C. Disposal1245 Shawmut Ave. New Bedford, MA 02745
Bruno's P.O. Box 5028Vineyard Haven, MA 02568
Waste Management378 Route 130Sandwich, MA 02563
Allied Waste Services1080 Airport Rd.Fall River, MA 02720
M.T.G. Disposal 19 Industrial WaySeekonk, MA 02771
Cavossa Jr. Excavating 210 Nathan Ellis HighwayEast Falmouth, MA 02536
Casella49 Sword St.Auburn, MA 01501
Mike DelPrete & Sons Trucking,365R Centre St.Rockland, MA 02370
AGENCY:
Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325
PROJECT NUMBER: FMP-12-020A RFB No. 7PROJECT: Roof Replacement at 25 Plymouth St., International Scholars
Residence: Strip and replace approximately 1,200 square feet of roofing material on the main residence and approximately 500 square feet on the garage, located at 25 Plymouth St., Bridgewater.
AWARDING AUTHORITY:
CONTACTDiane Chagnon
PHONE 508-531-2213 FAX: 508-531-6130EMAIL: [email protected]
M. & C. Building, LLC65 Northborough Rd.North Attleboro, MA 02760
iSqFt4500 Lake Forest DriveCincinnati, OH 45242
ProjectDog18 Graf Rd.Newburyport, MA 01950
D.D.C. Construction20 Query St.New Bedford, MA 02745
Kel Kor, Inc.57 Bellevue St.New Bedford, MA 02744
OneWay Painting & Roofing44 Spingvale Ave.Lynn, MA 01904
45
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325
PROJECT NUMBER: FMP-12-114(A) RFB No. 6PROJECT: Burnell Hall Gymnasium Renovation: All labor, material and
supervision necessary for the interior renovation of the Burnell Gymnasium, which consist of approximately 5,000 square feet. Scope includes asbestos removal, demolition, concrete, masonry, millwork, doors and frames, flooring, painting, ceilings, HVAC, electrical and telecommunications upgrades. Burnell Hall is located at 66 Hooper St., Bridgewater.
AWARDING AUTHORITY:
CONTACTDiane Chagnon
PHONE 508-531-2213 FAX: 508-531-6130EMAIL: [email protected]
Systems Electrical Services387 Prospect PlaceRevere, MA 02151
Richard T. Losordo Electrical244 Liberty St. Unit 8ABrockton, MA 02301
West Floor Covering42 Winter St.Pembroke, MA 02359
R.M. Technologies33 Franklin St.Lawrence, MA 01840
M.M. Environmental Engineering, 153 Wagon TrailHanson, MA 02341
Santangelo Flooring75 Christopher St.Dorchester, MA 02124
Webster Construction53 Clapp St.Boston, MA 02125
J.J. Cardosi, Inc.28 Boston St.East Providence, RI 02914
McGraw Hill Construction34 Crosby DriveBedford, MA 01730
Seekonk Heating Services, Inc.911 Taunton Ave.Seekonk, MA 02771
Central Ceilings36 Norfolk Ave.South Easton, MA 02375
Northern Contracting Corp.68 Jackson St. Canton, MA 02021
Treeline Construction130 Westborough St.Millbury, MA 01527
Elizabeth Contracting 5 Wight LaneWestwood, MA 02090
iSqFt4500 Lake Forest DriveCincinnati, OH 45242
Enterprise Equipment280 Libbey Industrial ParkwayWeymouth, MA 02189
Builders Systems135 Southbridge St.Auburn, MA 01501
Simplex Grinnell296 Wampanoag TrailProvidence, RI 02915
Atlantic Mechanical Contractors1047 Washington St.Weymouth, MA 02189
Harrison Electric51 King St.Abington, MA 02351
M-V Electrical 10 Conduit St.Acushnet, MA 02743
ProjectDog18 Graf Rd.Newburyport, MA 01950
Nadeau Corp.727 Washington St.South Attleboro, MA 02703
Ostrow Electric9 Mason St.Worcester, MA 01452
D.D.S. Industries, Inc.250 Ace St.Fall River, MA 02720
Page Building Construction135 Old Page St.Stoughton, MA 02072
Classic Construction129 Commonwealth Ave.Concord, MA 01742
Southern Middlesex Industries823 Pleasant St.Norwood, MA 02062
C.A.M. HVAC & Construction116 Lydia Ann Rd.Smithfield, RI 02917
John W. Egan Co.3 Border St.West Newton, MA 02465
Norris H. Tripp, Inc.253 Cedar St.New Bedford, MA 02740
J.M.'s Painting Corp.22 Washington St.Dedham, MA 02026
Compass Restoration563 Center St.Ludlow, MA 01056
Nick's Painting655 East BroadwaySouth Boston, MA 02124
Paul J. Rogan Co.25 Hayward St.Braintree, MA 02184
Collins Construction33 Swindells St.Fall River, MA 02723
King Painting, Inc.85 Flagship DriveNorth Andover, MA 01845
Auburn Construction1207 Auburn St.Whitman, MA 02382
Mello Electric 138 Morgan St.Fall River, MA 02721
C.J.M. Services, Inc.50 Kerry PlaceNorwood, MA 02062
Capital Carpet & Flooring Speciali12 Walnut Hill ParkWoburn, MA 01801
Mill City Construction7 Old Great Rd.Lincoln, RI 02865
Wes Construction Corp.650 Industrial DriveHalifax, MA 02338
Alpha Contracting Associates20 Mulberry LaneDedham, MA 02026
Brite-Lite Electrical Co.11 Front St.Weymouth, MA 02188
Credere1 Wells Ave.Newton, MA 02459
Sofia's Painting, LLC212 Belgrade Ave.Roslindale, MA 02131
General Air Conditioning & Heat7 Gaston St.Dorchester, MA 02121
M.C.M. 4 A St.Burlington, MA 01803
O'Byrne Painting & Contracting6 Lodge Rd.Wayland, MA 01778
Maron Construction180 Buttonhole DriveProvidence, RI 02909
Haynes Group, Inc.14 Norfolk Ave.South Easton, MA 02375
46
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
Apex Corp.56 Charles St.North Abington, MA 02351
Royal Steam Heater Co.499 Main St.Gardner, MA 01440
Wooden Kiwi Productions, LLC16 Fairmount Ave.Somerville, MA 02144
American Electrical Co., Inc.92 Mayflower Rd.Carver, MA 02330
J. Buote Painting Co., Inc.300 Wood St.Middleboro, MA 02346
Bello Painting Co.585 East St.Weymouth, MA 02189
A.P. Whitaker & Sons652 West Center St.West Bridgewater, MA 02379
K. & S. Builders, Inc.9 Ravine Rd.Wayland, MA 01778
47
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Montachusett Regional Transit Authority1427R Water St.Fitchburg, MA 01420
PROJECT NUMBER: MS04-2011PROJECT: North Leominster Parking Garage.
AWARDING AUTHORITY:
CONTACTBruno Fisher
PHONE 978-665-2263 FAX: 978=345-9867EMAIL: [email protected]
Dandis Contracting, Inc.636 Washington St. Suite 12Canton, MA 02021
J.M.'s Painting Corp.22 Washington St.Dedham, MA 02026
Dagle Electrical Construction Corp285 Salem St.Woburn, MA 01813
Grasseschi Plumbing & Heating, 1299 Grafton St.Worcester, MA 01607
Gibson Roofs, Inc.369 Winter St.Hanover, MA 02339
Greenwood Industries, Inc.50 Howe Ave.Millbury, MA 01527
Bay State Elevator Co.275 Silver St.Agawam, MA 01001
Northeast Painting Associates, In881 North King St.Northampton, MA 01060
D.M.H. Electric29 Legate Hill Rd.Sterling, MA 01564
Royal Steam Heater Co.499 Main St.Gardner, MA 01440
Kneeland Plumbing & Heating, Inc63 Hammond St.Rowley, MA 01969
Di-Rock Electric59 Branch St.Clinton, MA 01510
ProjectDog18 Graf Rd.Newburyport, MA 01950
Tim's Fabricators, Inc.87 Putnam St.Fitchburg, MA 01420
Costa Brothers Masonry2 Lambeth Park DriveFairhaven, MA 02719
Capeway Roofing Systems, Inc.664 Sanford Rd.Westport, MA 02790
Construction Data Co.One Oak Brook Terrace Suite 510Oak Brook, IL 60181
D. & S. Commercial Masonry, Inc.45 Industrial Rd.Wrentham, MA 02093
Eagle Elevator176 Norfolk Ave.Boston, MA 02119
Modern Glass & Aluminum, Inc.42 Eastman St.Easton, MA 02334
Bello Painting Co., Inc.585 East St.Weymouth, MA 02188
C.A.M. HVAC & Construction, Inc116 Lydia Ann Rd.Smithfield, RI 02917
J. & J. Contractors, Inc.35 Market St. Suite 401Lowell, MA 01852
Chapman Waterproofing Co.395 Columbia Rd.Boston, MA 02125
Kapiloff's Glass, Inc.47 New Ashford Rd.Williamstown, MA 01267
Wayne J. Griffin Electric, Inc.116 Hopping Brook Rd.Holliston, MA 01746
King Painting, Inc.85 Flagship Drive Suite KNorth Andover, MA 01845
North Shore Steel Co., Inc.16 Oakville St.Lynn, MA 01905
John W. Egan Co.3 Border St.West Newton, MA 02465
Kinsmen Corp.35 Londonderry TurnpikeHooksett, NH 03106
P.J. Spillane Co.97 Tileston St.Everett, MA 02149
Colantonio General Contractor16 Everett St.Holliston, MA 01746
V. & G. Iron Works, Inc.1500 Shawsheen St.Tewksbury, MA 01876
DeIulis Brothers Construction Co.,Inc.31 Collins St. TerraceLynn, MA 01902
General Air Conditioning, Inc.7 Gaston St.Dorchester, MA 02121
Rockwell Roofing, Inc.44 Pond St.Leominster, MA 01453
McGraw Hill Construction3315 Central Ave.Hot Springs, AR 71913
Reed Construction Data30 Technology Parkway South Suit100Norcross, GA 30092
iSqFt5 Commonwealth Ave.Woburn, MA 01801
Folan Waterproofing Co., Inc.795 Washington St.South Easton, MA 02375
Aluminum Glass Concepts210 Andover St. Unit 25Wilmington, MA 01887
Stanley Roofing Co.42 Mitchell Rd.Ipswich, MA 01938
T.L.T. Construction Corp.1 Pope St.Wakefield, MA 01880
New Generation Painting1 Newbury St.Peabody, MA 01960
Araujo Brothers Plumbing & Heati224 Nyes LaneAcushnet, MA 02743
Northern Construction Service, LL775 Pleasant St. Unit 11Weymouth, MA 02189
Piquette & Howard Electric ServicInc.222 Plaistow Rd.Plaistow, NH 03865
T.B. Penick & Sons3100 47th Ave.Long Island City, NY 11101
Icon West Corp.251 Taylor St.Springfield, MA 01105
Lapan Mechanical Contractors, Inc3 Bethany St.Worcester, MA 01604
Ray Hamwey, Site Consultant76 Bess Rd.Needham, MA 02492
Methuen Construction40 Lowell Rd.Salem, NH 03079
48
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
Alpha Contracting Associates, Inc.20 Mulberry LaneDedham, MA 02026
Chandler Architectural Products255 Interstate DriveWest Springfield, MA 01089
L.A.L. Masonry Co., Inc.27 Ferncliff Ave.Saugus, MA 01906
Belcour Corp.99 Front St.Woonsocket, RI 02895
Superior Caulking1154 Park St.Palmer, MA 01069
Fernandes Masonry1031 Phillips Rd.New Bedford, MA 02745
Wes Construction Corp.650 Industrial DriveHalifax, MA 02338
Annese Electric276 Libbey Industrial WayWeymouth, MA 02189
Stanley Roofing Co.42 Mitchell Rd.Ipswich, MA 01938
Cogswell Sprinkler Co.22 Canterbury St.Worcester, MA 01610
� �
AGENCY:
Montachusett Regional Transit Authority1427R Water St.Fitchburg, MA 01420
PROJECT NUMBER: MS-04-2011PROJECT: MART, 49 and 57 Nichols St., Leominster Demolition and Site
Improvement.
AWARDING AUTHORITY:
CONTACTAdam Gromelski
PHONE 978-345-7711 ext. 2275 FAX:EMAIL: [email protected]
Jay-Mor Enterprises, Inc.P.O. Box 195505 Bridge St.Pelham, NH 03076
iSqFtc/o Service Point5 Commonwealth Ave.Woburn, MA 01801
Boucher Construction435 Lancaster St.Leominster, MA 01453-4397
Earth Solutions39 Kent Rd. Westminster, MA 01473
Compass Restoration16 Pheasant RunBelchertown, MA 01007
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
M.P. Crowley Co., Inc.320 Joslin St.Leominster, MA 01453
McKenzie Engineering Co., Inc.305 Whitney St.Leominster, MA 01453
J.R. Vinagro Corp.2208 Plainfield PikeJohnston, RI 02919
Dan's Paving & Excavating311 Elm St.Fitchburg, MA 01420
Tandem Construction Co., Inc.112 Leland Ave.Leominster, MA 01453
Glenn E. Hines, General Contrac35 Wachusett St.Leominster, MA 01453
Glen Heins Trucking & Excavating34 Dean Hill Rd.Westminster, MA 01473
V.P. Holman Construction Co., Inc665 Mechanic St.Leominster, MA 01453
Mark O’Donnell, Inc., General Contractors79 Olde Tavern Rd.Leominster, MA 01453
Empire Design & Construction19 Ocean Ave.Gloucester, MA 01930
Francesco DemolitionP.O. Box 1915Duxbury, MA 02331
C.R.L.33A Mystic Ave. Medford, MA 02155
Data Specialist, Construction Journ400 SW 7th St. Stuart, FL 34994
Philip Pagliazzo Jr., Inc.32 Jones Rd.Waltham, MA 02451
AGENCY:
Montachusett Regional Transit Authority1427R Water St.Fitchburg, MA 01420
PROJECT NUMBER: MS04-2011PROJECT: North Leominster Parking Garage.
AWARDING AUTHORITY:
CONTACTBruno Fisher
PHONE 978-665-2263 FAX: 978-345-9867EMAIL: [email protected]
Mass Bay Electric Corp.125 Orleans St.East Boston, MA 02128
Thomas E. Snowden, Inc.189 Central St.Saugus, MA 01906
49
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
Public Health, Department of Lemuel Shattuck Hospital170 Morton St.Jamaica Plain, MA 02130
PROJECT NUMBER: DPH821712.306PROJECT: Circuit Breaker Replacement.
AWARDING AUTHORITY:
CONTACTBarry Bergen
PHONE FAX:EMAIL: [email protected]
Nardone Electric100 Winchester St.Medford, MA 02155
Harrison Electric 51 King St.Abington, MA 02351
Systems Electrical387 Prospect PlaceRevere, MA 02151
Electrical Engineering & Service289 Centre St.Holbrook, MA 02343
Power Line Contractors285 Salem St.Woburn, MA 01801-2004
Fasolino Electric42 Oakland St.Braintree, MA 02184
iSqFt4500 Lake Forest Drive Suite 502Cincinnati, OH 45242
AGENCY:
Public Health, Department of Lemuel Shattuck Hospital170 Morton St.Jamaica Plain, MA 02130
PROJECT NUMBER: DPH8217.12.307PROJECT: Fire System Repairs.
AWARDING AUTHORITY:
CONTACTBarry Bergen
PHONE FAX:EMAIL: [email protected]
Fire Equipment, Inc.88 Hicks Ave.Medford, MA 02155
C.H.B. Excavating197 Concord Rd.Westford, MA 01886
iSqFt4500 Lake Forest Drive Suite 502Cincinnati, OH 45242
AGENCY:
University of Massachusetts - BostonProcurement Department100 Morrissey BoulevardBoston, MA 02125
PROJECT NUMBER: CB12-MK-0017PROJECT: Renovation of 1400 square feet of space.
AWARDING AUTHORITY:
CONTACTMartha Kelly
PHONE 617-287-5190 FAX: 617-287-5145EMAIL: [email protected]
Webster Construction53 Clapp St.Dorchester, MA 02125
P.J. Dionne Co.60 Jonspin Rd.Wilmington, MA 01887
T. Cooney Co.621 East 2nd St.Boston, MA 02127
Central Ceilings36 Norfolk Ave.South Easton, MA 02375
Davidson Co.44 Vine St.Everett, MA 02149
Systems Electrical Services387 Prospect PlaceRevere, MA 02151
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
Classic Construction27 Bayns Hill Rd. #ABoxford, MA 0192
Paul J. Rogan Co., Inc.25 Hayward St.Braintree, MA 02184
Fasolino Electrical Co.42 Oakland St.Braintree, MA 02184
Laracy Electrical11 Queens CourtWalpole, MA 02081
W.S. Kenney Co.1 South Ave. #4Natick, MA 01760
Dagle Electrical Construction151 Mystic Ave.Medford, MA 02155
R. Mullen & Associates273 Washington St.Weymouth, MA 02188
Aluminum & Glass Concepts, Inc.210 Andover St. #25Wilmington, MA 01887
50
CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5
AGENCY:
University of Massachusetts - BostonProcurement Department100 Morrissey BoulevardBoston, MA 02125
PROJECT NUMBER: CB12-MK-0010(Re-Bid)PROJECT: Nantucket Field Station Septic System Installation.
AWARDING AUTHORITY:
CONTACTMartha Kelly
PHONE 617-287-5190 FAX: 617-287-5145EMAIL: [email protected]
iSqFt5 Commonwealth Ave.Woburn, MA 01801
E. Watson Excavating124 Leaf LaneEast Bridgewater, MA 02333
Toscana Corp.19 Arrowhead DriveNantucket, MA 02554
C.D.C. NewsOne Oak Brook Terrance Suite 5Oak Brook, IL 60182
ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950
Holgate PartnersBarnards Valley Rd.Nantucket, MA 02554
Wes Construction Corp.650 Industrial DriveHalifax, MA 02338
51
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Andover, Town of36 Bartlet St.Andover, MA 01810
Elaine M. Shola, Purchasing Agent
PHONE: 978-623-8216
DESCRIPTION:Underground Storage Tank Removal and Replacement at Memorial Hall Library, Andover.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: Bid No. 006/08-11/185
FAX: 978-623-8240
CONTRACT AMOUNT:
$62,845.00MECO Environmental Services, Inc.1119 Washington St.Weymouth, MA 02189
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Ashland, Town ofHousing Authority59 Park Rd.Ashland, MA 01721
Doris McNamara
PHONE: 508-881-2450
DESCRIPTION:Window Replacements.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 014025001
FAX: 508-881-6312
CONTRACT AMOUNT:
$55,726.00L. & H. Construction99 Grover Rd.Medford, MA 02155
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Cambridge, City ofPurchasing Department795 Massachusetts Ave.Cambridge, MA 02139
Cynthia H. Griffin
PHONE: 617-349-4310
DESCRIPTION:Spare Parts, Labor and Repair Services as needed for the Cambridge Water Department Ozone Generator.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 5595
FAX: 617-349-4008
CONTRACT AMOUNT:
$106,000.00Fin-Tek Corp.6 Leo PlaceWayne, NJ 07470
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
52
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Easthampton, City ofHousing Authority112 Holyoke St.Easthampton, MA 01027
Betty Burnham
PHONE: 413-527-1600
DESCRIPTION:Re-roofing buildings 6, 7, 8 and 9 at the Easthampton Housing Authority's 667-3 Cliffview Manor Development.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: DHCD Fish # 087025
FAX: 413-527-3393
CONTRACT AMOUNT:
$136,802.00P.O. Roofing Co. 3 Dolge CourtOxford, MA 01540
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Fitchburg, City of Office of the Purchasing Agent718 Main St.Fitchburg, MA 01420
Lois Ogilvie
PHONE: 978-345-9576
DESCRIPTION:Green Repairs, Window and Door Replacement, Memorial, Reingold and South Street Schools, Fitchburg.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 978-345-9588
CONTRACT AMOUNT:
$2,786,000.00Lockheed Window Corp.P.O. Box 166Route 100 South Main St.Pascoag, RI 02859
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Franklin, Town of 355 East Central St.Franklin, MA 02038
Norma Collins
PHONE: 508-553-4866
DESCRIPTION:Treated Single Chip Seal and Double Chip Seal.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 2011-101
FAX: 508-`541-5253
CONTRACT AMOUNT:
$2.05/Square Yard and $3.90/Square YardComer Contracting, Inc.1112 Farmington Ave.Farmington, CT 06032
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
53
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Raynham, Town ofHousing Authority75 Mill St.Raynham, MA 02767
Deborah McClory
PHONE: 508-824-9404
DESCRIPTION:Deck Replacement at Pinewood Terrace.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: DHCD FISH 245018
FAX: 508-822-9340
CONTRACT AMOUNT:
$193,100 (Not using Alternate #1 at this time)Brocorr, LLC20 3rd St.Natick, MA 01760
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:Project management services for the construction/renovation of an existing building at 252 Baldwinville Rd. to serve as the Town Hall to house Town Departments.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER:
FAX: 978-939-4065
CONTRACT AMOUNT:
$4,500 (Phase I), $6,500/Week (Phase II).NETCO Construction Project Managers, Inc.21 Worthen Rd.Lexington, MA 02421-7605
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: Designer Services
AGENCY:Berkshire Community College1350 West St.Pittsfield, MA 01201
William Mannix
PHONE: 413-236-3036
DESCRIPTION:Hoffmann Environmental Center Renovation.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: BCC 12-02
FAX: 413-443-5166
CONTRACT AMOUNT:
$781,341 (Both alternates were accepted)Forish Construction Co., Inc.P.O. Box 35821 Mainline DriveWestfield, MA 01086
Sub Contract Award: Painting & Coating, John W. Egan Co.; Plumbing, M. & W. Heating; HVAC, M. & W. Heating; Electrical, Gable Electric.
EMAIL: [email protected]
PROJECT TYPE: General Contract
54
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Bridgewater State UniversityPurchasing OfficeBoyden Hall Room 202Bridgewater, MA 02325
Diane Chagnon
PHONE: 508-531-2213
DESCRIPTION:Roof Replacement at 25 Plymouth St., International Scholars Residence: Strip and replace approximately 1,200 square feet of roofing material on main residence and approximately 500 square feet on the garage, located at 25 Plymouth St., Bridgewater.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: FMP-12-020A RFB No. 7
FAX: 508-531-6130
CONTRACT AMOUNT:
$14,941.00Kel Kor, Inc.57 Bellevue St.New Bedford, MA 02744
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
AGENCY:Military Division, Massachusetts50 Maple St.Milford, MA 01757
COL (Ret) Raymond Murphy, Acting State Quartermaster
PHONE:
DESCRIPTION:Study and Design of Mechanical, Electrical, Plumbing and Fire Protection Repairs and Renovations at Massachusetts Military Division (MMD) (DSB List #10-04, Item #2) (House Doctor).
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 27
FAX:
CONTRACT AMOUNT:
$500,000.C.S.I. Engineering999 Broadway Suite 206Saugus, MA 01906
Sub Contract Award:
EMAIL:
PROJECT TYPE: Designer Services
AGENCY:Port Authority, MassachusettsCapital Programs DepartmentOne Harborside DriveEast Boston, MA 02128
MaryBeth Reddy
PHONE: 617-568-5950
DESCRIPTION:Central Heating Plant Upgrades at Building 18 at Logan International Airport, East Boston.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: L963-C2
FAX: 617-568-5998
CONTRACT AMOUNT:
$814,000J.F. White Contracting Co.10 Burr St.Framingham, MA 01701
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
55
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Frank H. Kucharski, P.E.
PHONE: 617-973-7620
DESCRIPTION:Oxford: Resurfacing and Related Work on a Section of Interstate 395.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 605759
FAX: 617-973-8397
CONTRACT AMOUNT:
$9,710,759.85J.H. Lynch & Sons, Inc.50 Lynch Place Cumberland, RI 02864
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Frank H. Kucharski, P.E.
PHONE: 617-973-7620
DESCRIPTION:Peabody - Danvers - Topsfield - Middleton - Boxford: Resurfacing and Related Work, Including Cable Guardrail Installation, on a Section of Interstate 95.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 606163
FAX: 617-973-8397
CONTRACT AMOUNT:
$4,948,358.80Brox Industries, Inc.�1471 Methuen St.Dracut, MA 01826
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Frank H. Kucharski, P.E.
PHONE: 617-973-7620
DESCRIPTION:Barre: Concrete Bridge Replacement (B-02-005) on Route 122/Worcester Rd. over the Prince River (ABP).
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 605084
FAX: 617-973-8397
CONTRACT AMOUNT:
$1,483,443.87David G. Roach & Sons, Inc.1276 Patrill Hollow Rd.Ware, MA 01082
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
56
CENTRAL REGISTER - CONTRACT AWARDCR-4
AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Suite 6260Boston, MA 02116
Frank H. Kucharski, P.E.
PHONE: 617-973-7620
DESCRIPTION:Burlington - Woburn: Resurfacing and Related Work on a Section of Interstate 95.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: 605589
FAX: 617-973-8397
CONTRACT AMOUNT:
$10,994,383.48Aggregate Industries, Northeast Region, Inc.1715 BroadwaySaugus, MA 01906
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:University of Massachusetts - AmherstProcurement DepartmentGoodell Building140 Hicks Way Room 407Amherst, MA 01003
Peter Royer
PHONE:
DESCRIPTION:Dubois Cafe.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: UMA12-07
FAX:
CONTRACT AMOUNT:
$459,000.00Eastern General Contractors52-60 Berkshire Ave.Springfield, MA 01109
Sub Contract Award:
EMAIL:
PROJECT TYPE: General Contract
AGENCY:University of Massachusetts Building Authorityc/o Joslin, Lesser + Associates, Inc.44 Pleasant St.Watertown, MA 02472
Dan Freeman
PHONE: 617-744-3112
DESCRIPTION:Bio-Processing Facility, UMass Dartmouth.
AWARDING AUTHORITY:
CONTACT INFORMATION:
CONTRACT AWARDED TO:
PROJECT NUMBER: UMBA 09-D1
FAX: 617-927-3800
CONTRACT AMOUNT:
Suffolk Construction, Inc.65 Allerton St.Boston, MA 02119
Sub Contract Award:
EMAIL: [email protected]
PROJECT TYPE: General Contract
57
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)26 Court St.Boston, MA 02108
Christopher Rooney, Project Manager
PHONE 617-635-0493
DESCRIPTION OF PROPERTY:
Disposed vacant land located at 2 Michigan Ave. in the Dorchester district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission, decided to convey to New Rehoboth Bethel Apostolic Church, Inc., 2 Michigan Ave., in the Dorchester district of the City of Boston, County of Suffolk.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:Property will be conveyed for $15,400.
PROPOSAL DEADLINE DATE AND TIME:
ADDITIONAL INFORMATION The assessed value of the property was determined through the FY 2009 assessment. Further, having duly advertised in the City Record its intent to sell the property to the applicant in accordance with the provisions of St. 1966 c. 642 and having obtained the approval of the Mayor to the vote of the Commission declaring an intent to sell the property.
Email:
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Boston, City ofDepartment of Neighborhood Development (DND)Bid Counter26 Court St. 10th FloorBoston, MA 02108
Bernard Mayo, Project Manager
PHONE 617-635-0397
DESCRIPTION OF PROPERTY:
Ruggles Court (0902477-000), approximately 983 square feet, located in the Roxbury district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission by the Director of the DND, Real Estate Management and Sales Division, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property. Residential, commercial and institutional buildings and land are included in this program. This RFP is to solicit proposals for development of the parcel for Commercial or support of Commercial use. The property is being offered As Is.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
12/30/11
ADDITIONAL INFORMATION The RFP package will be available on 11/14/11 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
58
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 617-635-0397
DESCRIPTION OF PROPERTY:
Ruggles Court (0902475-000 and 0902476-000), approximately 1,964 square feet, located in the Roxbury district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission by the Director of the DND, Real Estate Management and Sales Division, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property. Residential, commercial and institutional buildings and land are included in this program. This RFP is to solicit proposals for development of the parcel for Commercial or support of Commercial use. The property is being offered As Is.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
12/30/11
ADDITIONAL INFORMATION The RFP package will be available on 11/14/11 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:Colrain, Town of 55 Main Rd.Colrain, MA 01340
Andrea Woods/Franklin Regional Council of Govts
PHONE 413-774-3167 ext. 104
DESCRIPTION OF PROPERTY:
5.61 acres of vacant wooded land off Main Rd. and Route 112, zoned Commercial subject to certain power company easements. Minimum bid considered is $5,000.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: UPPER MILL PROPERTY
FAX 413-774-3169
ESTIMATED VALUE, SOURCE OF VALUATION:$54,500, assessed value in 2011.
PROPOSAL DEADLINE DATE AND TIME:
12/20/11
ADDITIONAL INFORMATION RFP available by email request to [email protected].
Email: [email protected]
11:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
59
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:Colrain, Town of 55 Main Rd.Colrain, MA 01340
Andrea Woods/Franklin Regional Council of Govts
PHONE 413-774-3167 ext. 104
DESCRIPTION OF PROPERTY:
5.64 acres of lightly wooded land with an outbuilding on Main Rd. and Foundry Village Rd. Minimum bid accepted is $60,000.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: 93 MAIN ROAD PROPERTY
FAX 413-774-3169
ESTIMATED VALUE, SOURCE OF VALUATION:$54,500, assessed value in 2011.
PROPOSAL DEADLINE DATE AND TIME:
12/20/11
ADDITIONAL INFORMATION RFP available by email request to [email protected].
Email: [email protected]
11:00 A.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Dedham, Town of 26 Bryant St.Dedham MA 02026
William G. Keegan, Jr., Town Administrator
PHONE 781-751-9100
DESCRIPTION OF PROPERTY:
The Town of Dedham is interested in purchasing property in the Town to use as a central location for multiple municipal services, and is seeking proposals for that purpose. The ideal property will be located in the Town so as to maximize public access and must contain, or be of suitable size for the construction of, a handicapped accessible building or buildings with at least 60,000 square feet of useable floor space and on-site parking or room to develop on-site parking for no less than 250 vehicles.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 781-751-9109
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
12/16/11
ADDITIONAL INFORMATION Proposals must be submitted to the William G. Keegan, Jr., Town Administrator at the above agency address no later than the deadline and will be publicly opened and read that same day. The Board of Selectmen will be the awarding authority, subject to authorization and funding approval by the Town’s Legislative Authority (Town Meeting). The successful proposer must be prepared to enter into a purchase and sale agreement within 60 days from the opening of the proposals. The agreement must contain all of the material terms and conditions set forth in the purchase and sale agreement attached to the RFP. All proposals will remain in effect for 180 days after the deadline for the submission of proposals. The Town reserves the right to reject any and all proposals, to waive any technicalities, to advertise for new proposals, and to make awards as may be deemed to be in the best interest of the Town.
Email: [email protected]
12:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
60
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:Marlborough, City of140 Main St.Marlborough, MA 01752
Beverly J. Sleeper, Chief Procurement Officer
PHONE 508-460-3707
DESCRIPTION OF PROPERTY:
Potential site to acquire by purchase or lease-purchase of real property for use as a new senior center in Marlborough. Proposals may include vacant land or existing building(s)which can accommodate approximately a 14,000 square foot center or allow for expansion. Property should be able to accommodate parking for approximately 70 spaces which includes handicapped parking as well as an outdoor patio area.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: COA.2011-240
FAX 508-460-3698
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
12/20/11
ADDITIONAL INFORMATION There is no cost to obtain the RFP package.
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Somerville, City ofRedevelopment Authority (SRA)93 Highland Ave.Somerville, MA 02143
Anne M. Thomas
PHONE 617-625-6600
DESCRIPTION OF PROPERTY:
1,449 square foot parcel of vacant land at 258 Somerville Ave., Somerville, Middlesex County, MA, SRA has determined the property to be unique because of its location immediately adjacent to other parcels assembled by SRA for future development.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 617-625-0722
ESTIMATED VALUE, SOURCE OF VALUATION:$26,000, based on an appraisal.
PROPOSAL DEADLINE DATE AND TIME:
ADDITIONAL INFORMATION Beneficial Interests: John J. Carpenter and Erika R. Carpenter as tenants by the entirety. Closing to occur between 12/19/11 and 12/31/11. Sole Source Acquisition under M.G.L. c. 30B § 16.
Email: [email protected]
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
61
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:Capital Asset Management and Maintenance, Division of (DCAM)on behalf of the Massachusetts College of Liberal Arts (MCLA) under the care and control of the Department of Higher Education (DHE)1 Ashburton Place 15th FloorBoston, MA 02108
Warren A. Madden, Project Manager, OREM
PHONE 617-727-8090, ext. 565
DESCRIPTION OF PROPERTY:
DCAM, on behalf of the MCLA under the care and control of the DHE, pursuant to M.G.L. c. 7 § 40H, is soliciting proposals to lease portions of the MCLA site, 375 Church St., North Adams, not to exceed 5,000+/- SF. The proposed lease term is ten years, with an option to extend for two additional five-year periods. Proposals are sought from individuals or entities that provide wireless telecommunications services (e.g. cellular and personal communication providers) and are licensed by the Federal Communications Commission (FCC) ("Wireless Telecommunications Service Provider(s)" or "Service Provider(s)"). All proposals will be subject to local zoning and bylaws, if applicable.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 617-727-6074
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
2/17/12
ADDITIONAL INFORMATION All proposals for the first submission deadline must be received at the above agency address, as specified in the RFP, no later than 2/17/12 at 5:00 P.M. All proposals will be opened at the Office of Real Estate Management at the above agency address on the deadline. The Commonwealth reserves the right to reject any and all proposals it may receive.
Email: [email protected]
5:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St.Boston, MA 02114
Dolores Boogdanian
PHONE 617-626-1311
DESCRIPTION OF PROPERTY:
A 26 ± acre parcel of unimproved land located off the north side of Batchelor St. in the Town of Granby. No advertising was done in connection with this acquisition due to the property's unique location and characteristics, the land being immediately adjacent Mt. Holyoke Range State Park and containing important wildlife habitat and other natural resources. Proposed purchase price is $22,950.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: S-000440
FAX 617-626-1301
ESTIMATED VALUE, SOURCE OF VALUATION:$23,000, internal estimate.
PROPOSAL DEADLINE DATE AND TIME:
ADDITIONAL INFORMATION Parties with a beneficial interest: Louis A. Santos and Sandra A. Santos.
Email: [email protected]
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
62
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:Paulo Freire Social Justice Charter Schoolc/o Office of the Trustees20 Hampton Ave. Suite 160Northampton, MA 01060
Bob Brick, Executive Director
PHONE 413-575-0084
DESCRIPTION OF PROPERTY:
The Paulo Freire Social Justice Charter School is requesting proposals for the leasing of space for a proposed Charter high school. It is the intent of the Paulo Freire Social Justice Charter School (PFSJCS) to lease approximately the following square footage located in the City of Holyoke: Phase One, 30,000 square feet for administrative and classroom space to be ready for occupancy on 8/15/12; Phase Two, an additional 30,000 square feet for administrative and classroom space to be ready for occupancy on 7/15/13.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER:
FAX 413-584-2088
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
1/13/12
ADDITIONAL INFORMATION Range per square foot, triple net value is $7.50 - $12.50, based on similar buildings in desired location. Additional public information is available on the Department of Education Website, including a full proposal for the school and projected budget.
Email: [email protected]
3:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
AGENCY:University of Massachusetts - AmherstProcurement OfficeGoodell Building140 Hicks Way Room 407Amherst, MA 01003
Peter Royer
PHONE 413-545-0361
DESCRIPTION OF PROPERTY:
Request for Proposal to Lease Administrative office space for Isenberg School of Management development group.
AWARDING AUTHORITY:
CONTACT INFORMATION:
PROJECT NUMBER: AA12-PR-4412
FAX 413-545-1643
ESTIMATED VALUE, SOURCE OF VALUATION:
PROPOSAL DEADLINE DATE AND TIME:
12/28/11
ADDITIONAL INFORMATION Plans will be available at the above agency address.
Email: [email protected]
2:00 P.M.
TRANSACTION TERMS:
ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE
63
Page 1 of 1 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 NOVEMBER 13, 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. _____________________________________________________________________________________________________________________________ Pursuant to the two attached “Certification of Emergency and Waiver of Advertising Requirements”, DCAM has issued an Invitation for Proposals for each of the followings:
◊◊ ◊◊ ◊◊ ◊◊ ◊◊
◊◊◊
201161000.1 201164000.1 201168000.1 201170000.1 201184000.1 201180000.1
Committee for Public Counsel Services Committee for Public Counsel Services Committee for Public Counsel Services Committee for Public Counsel Services Committee for Public Counsel Services Department of Transitional Assistance
Office Office Office Office Office Office
Approximately 6,100 Approximately 14,000 Approximately 6,100 Approximately 4,500 Approximately 5,800 Approximately 8,000
Lowell Boston, as further defined in Map Attachment Fall River Salem New Bedford Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough, Stow, Sudbury, Wayland Wellesley, or Weston
◊◊ For these projects, proposals will be accepted until Premises have been identified and a Lease has been executed. For each of these projects the lease term is five years.
◊◊◊ For this project, proposals will be accepted until Premises have been identified and a Lease has been executed. For this project the lease term is 12 months with Tenant’s right to terminate the Lease at any time after the ninth month by
giving Landlord 45-days prior written notice.
The Commonwealth of Massachusetts Executive Office for Administration and Finance
Division of Capital Asset Management One Ashburton Place
Boston, Massachusetts 02108
DEVAL L. PATRICK Tel: (617) 727-4050 JAY GONZALEZ GOVERNOR Fax: (617) 727-5363 SECRETARY
ADMINISTRATION & FINANCE
TIMOTHY P. MURRAY CAROLE CORNELISON LIEUTENANT GOVERNOR COMMISSIONER
CONTRACTORS SUSPENDED OR DEBARRED
BY THE DIVISION OF CAPITAL ASSET MANAGEMENT
(Last Updated 10/5/11)
Please note that this list consists of individuals and firms suspended or debarred by the Division of Capital Asset Management pursuant to M.G.L. c.29, § 29F and M.G.L. c.149, § 44C and does not include individuals or firms suspended or debarred by the Massachusetts Department of Transportation or any other agency of the Commonwealth of Massachusetts with authority to suspend or debar under M.G.L. c.29, § 29F or M.G.L. c.30, § 39R. This list also does not include individuals or firms suspended or debarred by the Massachusetts Office of Attorney General pursuant to M.G.L. c.149, § 27C and M.G.L. c.149, § 148B and the Massachusetts Division of Industrial Accidents pursuant to M.G.L. c.152, § 25C. In addition, the United States Government also maintains a list of contractors suspended or debarred by federal agencies net at http://epls.arnet.gov. Public awarding authorities are advised to check the Central Register and Commonwealth Vendor Debarment Lists for updated information regarding the suspension or debarment status of any individual or firm.
Please be advised that applicable law prohibits firms suspended or debarred by either state entities or the federal government from submitting bids or proposals to any Massachusetts public agency or entity. The law also prohibits public agencies and entities from soliciting or considering bids or proposals from suspended or debarred individuals and firms and prohibits execution, renewal or extension of contracts with an individual or firm suspended or debarred by any of the above referenced state or federal governmental entities.
Debarred or Suspended Firm/Individual**
Address
Status
Effective Dates
Callahan, Inc. 80 First Street Bridgewater, MA 02362
Suspended October 22, 2010 through October 22, 2011
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: October 28, 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. Rand Stoneworks, Inc. of 326 U.S. Route 1, Scarborough, ME 04074 and John
Jeffrey Rand, its president, of 46 Belfield Road, Cape Elizabeth, ME 04107, are debarred for a period of 10 years beginning March 14, 2007 through March 13, 2017.
3. Bay State Painters and Josephine Christopoulos, both of 10 Danielle Drive, Danvers,
MA 01913, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning April 7, 2008 through April 6, 2013.
4. LVR Corporation, of 88 Foundry Street, Wakefield, MA 01880, and Lawrence V.
Roy, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning September 27, 2010 through September 26, 2012.
5. KM Services, Inc., of 71 South Street, Avon, MA 02322, and Kevin M. Edwards, its
owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning November 5, 2010 through November 4, 2012.
6. 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.
7. 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.
8. 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.
9. 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.
2
10. K-Fly Contractors, of 3 Woodgate Street, Nashua NH, 03063, and Thomas
Katsiaficas, its owner, are debarred pursuant to M.G.L. c. 149, § 27C, beginning February 1, 2011 through January 31, 2012.
11. Steven P. Bissonnette, of 80 Brookdale Road, Salem, NH, 03079 has been debarred
pursuant to M.G.L. c. 149, § 27C, beginning March 28, 2011 through March 27, 2013. 12. Eagle Home Improvement, of P.O. Box 688, Goffstown, NH, 03045, and Anthony
DeNapoli, its owner, are debarred pursuant to M.G.L. c. 149, § 27C , beginning January 5, 2011 through December 27, 2011.
13. Wave Environmental, Inc., of 211 Chelmsford Street, Lowell, MA, 01851, Danny
Div and Adam Gnek, its owners, have been debarred pursuant to M.G.L. c. 149, § 27C , beginning June 10, 2011 through June 9, 2016.
14. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA, 01960, Maureen
E. Albright, and Alan P. Rose, its owners, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning May 9, 2011 through May 8, 2012.
15. Unlimited Removal & Demolition, Inc., of 51 Monroe Street, Lynn, MA 01901, and
Esteban L. Acosta, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning May 11, 2011 through May 10, 2012.
16. Mark Pech, of 106 Westford Street, Lowell, MA 01851, has been debarred pursuant to
M.G.L. c. 149, § 27C, beginning August 16, 2011 through August 15, 2016. 17. Northeast Abatement Corporation, of 106 Westford Street, Lowell, MA 01851,
Phaly Rim and Chanvesna Pech, owners, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning August 16, 2011 through February 15, 2012.
18. All Washed Up Mobile Washing, Inc., of 42 Trescott Street, Taunton, MA 02780,
and Jason E. Graca, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning July 28, 2011 through July 27, 2012.
19. MB Concrete Contractors, Inc., of 140 Commonwealth Avenue, Unit 27, Attleboro
Falls, MA 02763, and Brittan Huntington, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning August 3, 2011 through August 2, 2012.
20. LHS Construction Corporation, of 1138 Route 28A, Cataumet, MA 02534 and Kent
Haven, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning July 29, 2011 through July 28, 2012.
21. Automatic Door Systems, Inc., of 36 Capital Drive, Wallingford, CT 06492 and
Deborah Steneck, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning March 25, 2011 through March 24, 2012.
3
22. J.P. Sons Roofing, Inc. of 18 Gerson Street, Lowell, MA 01852 and John Ponte, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning September 28, 2011 through September 27, 2012.
23. Northeast Pipe Works, Inc., of 1705 Beryl Way, Watervliet, NY 12189, and Dennis
Beckert, its owner, have been debarred pursuant to M.G.L. c. 149, § 27C, beginning September 27, 2011 through September 26, 2012.
Department of Industrial Accidents600 Washington Street, 7th Floor
Boston, Massachusetts 02111
~ THE COMMONWEALTH OF MASSACHUSETTS
~'IJ---J~I----~. Q --."--.
:;1 .. ';
1•<:1 '~d
~~~., ~o,j •••••,
DEVAL L. PATRICKGovernor
TIMOTHY P. MURRAYLieutenant Governor
PAUL V. BUCKLEYCommissioner
Department of Industrial Accidents Debarment List
Under the provisions of the Workers' Compensation Law, Massachusetts Genem1 Laws, Chapter 152,Section 25C (10), once a business has been issued a Stop Work Order by the Department ofIndustrialAccidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for aperiod of three (3) years and, where applicable, is subject to penalties provided under M.G.L., Chapter 152,Section 25C (5), which provides for imprisonment for not more than one year or by a fine of not more thanone thousand five hundred dollars, or by both such fine and imprisonment.
Companies currently on the debannent list can be found on tlle following link:
http://www .mass. govIElwdl docs/ dialinvestigations/ debarment _list.x1s
COMPANIES CERTIFIED BY THE
Supplier Diversity Office (SDO)
Company: ACA Computer Integrator, Inc. Mr. Roosevelt Allen
25 Oliver St., Suite G Framingham, MA 01702 (508)740-4008 Fax: (508)405-4086 [email protected] http://acacomputers.net
Certified by: Supplier Diversity Office Classification: DBE Effective Date: November 3, 2011
Company: Advansa International Mr. Darnley W. Howard
135 Pleasant Street, Suite 32 Arlington, MA 02476 (781)648-7629 Fax: (781)723-1053 [email protected] http://www.advansa.biz
Certified by: Supplier Diversity Office Classification: MBE and DBE Effective Date: November 3, 2011
Company: Cynthia A. Blondin Ms. Cynthia Blondin
PO Box 1161 Douglas, MA 01516 (774)329-0701 [email protected]
Certified by: Supplier Diversity Office Classification: DBE Effective Date: November 3, 2011 Company: DatamanUSA, LLC Ms. Nidhi Saxena
6890 S. Tucson Way, Suite 100 Centennial, CO 80112 (720)248-3100 x3110 Fax: (208)493-6777 [email protected] http://www.datamanusa.com
Certified by: Supplier Diversity Office Classification: M/WBE Effective Date: November 3, 2011
COMPANIES CERTIFIED BY THE
Supplier Diversity Office (SDO)
Company: Freeman Companies, LLC d/b/a: Freeman Companies MA, LLC Mr. Rohan A. Freeman
Bushnell on the Park, 100 Wells Street, Suite 2H Hartford, CT 06103 (860)251-9550 Fax: (860)986-7161 [email protected] http://www.freemancos.com
Certified by: Supplier Diversity Office Classification: MBE and DBE Effective Date: November 3, 2011
Company: Mainstream Global, Inc. Mr. Luis Yepez
60 Island Street, Suite 101W Lawrence, MA 01840 (978)682-6767 x11 Fax: (978)682-6765 [email protected] http://www.mainstream-global.com
Certified by: Supplier Diversity Office Classification: DBE Effective Date: November 3, 2011
Company: NorBella, Inc. Ms. Stephanie Norris
46 Plympton Street Boston, MA 02118 (617)542-1040 [email protected] http://www.norbella.com
Certified by: Supplier Diversity Office Classification: WBE Effective Date: November 3, 2011
Company: Tony & Son General Contractor Mr. Sergio Solares
70 Shurtleff Street Revere, MA 02151 (781)727-3147 Fax: (781)584-6661 [email protected] http://www.tonynsongc.com
Certified by: Supplier Diversity Office Classification: MBE Effective Date: November 3, 2011
COMPANIES CERTIFIED BY THE
Supplier Diversity Office (SDO)
Company: Young Women's Christian Association of Boston, Inc. d/b/a: YWCA Boston Ms. Lesly Alvarado
140 Clarendon Street, Suite 403 Boston, MA 02116 (617)585-5400 Fax: (617)585-5499 [email protected] http://www.ywcaboston.org
Certified by: Supplier Diversity Office Classification: WBE Effective Date: November 3, 2011
COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office (SDO)
Company: Caspian Associates, Inc.
7 Vinnie Way Shrewsbury, MA 01545
Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011
Company: Galway Research Group, Inc.
83 Warner Street Hudson, MA 01749
Decertified By: Supplier Diversity Office Classification: DBE Effective Date: October 27, 2011
Company: Madison Security Group, Inc.
144 Merrimack Street Lowell, MA 01852
Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011
Company: Megatel Communications, Inc.
531 2nd Street, Suite 4 Everett, MA 02149
Decertified By: Supplier Diversity Office Classification: MBE Effective Date: October 27, 2011
Company: One Native Nation, LLC
P O Box 676 North Reading, MA 01864
Withdrew: Supplier Diversity Office Classification: MBE Effective Date: November 3, 2011
Company: Onsite Communications, Inc.
24 Grace Drive Nashua, NH 03062
Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011
COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office (SDO)
Company: PSN Software International, LLC 155 Laconia Circle North Andover, MA 01845
Decertified By: Supplier Diversity Office Classification: MBE Effective Date: October 27, 2011 Company: Scott Balice Strategies, LLC
20 N. Wacker Drive, Suite 2200 Chicago, IL 60606
Withdrew: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011 Company: Yankee Carpet & Interiors
374 Boston Street Topsfield, MA 01983
Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011
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 #11-14 November 16, 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 #11-14. Applicants are requested to submit a separate Designer Selection Board Application Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB Master File Brochure and the DSB Application Form (updated July 2011) are available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the latest forms. Application closing date for projects on DSB List #11-14 is 2:00 p.m., WEDNESDAY, December 7, 2011. The advertisements may be found on the web by going to the DSB web-site at www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. This Public Notice, including attachments, may be duplicated by any and all interested. Please note the following: This Public Notice #11-14 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 APPLICATION FORM (Updated July 2011)
(ENCLOSED HEREIN)
FAILURE TO USE THE ABOVE FORM MAY BE THE BASIS FOR REJECTION OF YOUR APPLICATION.
Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD
The Commonwealth of Massachusetts
E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e D e s i g n e r S e l e c t i o n B o a r d
1 Ashburton Place, 10th Floor, Room #1004 Boston, Massachusetts 02108
TEL: (617) 727-4046 FAX: (617) 727-0112
PUBLIC NOTICE
TO: Boston Herald One Herald Square, Legal Ads Boston, 02106 Worcester Telegram 20 Franklin Street, Legal Ads Worcester, 01609 The Republican 1860 Main Street, Legal Ads Springfield, 01101 Berkshire Eagle (Email) P.O. Box 1171 Pittsfield, 01202-1171 New Bedford Standard Times 25 Elm Street, Legal Ads New Bedford, 02742 Brockton Enterprise 15 Pacella Park Drive, Legal Ads Randolph, 02368 Patriot Ledger 15 Pacella Park Drive, Legal Ads Randolph, 02368 Lowell Sun 491 Dutton Street, Legal Ads Lowell, 01854 North Adams Transcript (Email) 124 American Legion Drive North Adams, 01247 Cape Cod Times P.O. Box 550, Legal Ads Hyannis, MA 02601 Nashoba Publications P.O. Box 362, Legal Ads Ayer, MA 01432 Fitchburg Sentinel & Enterprise 808 Main Street, Legal Ads Fitchburg, MA 01420 FROM: Designer Selection Board DATE: November 9, 2011 SUBJECT: Classified Legal Advertisement
On November 18, 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 FIXD #11802.
_______________________________________________________ Claire G. Hester
Program Coordinator DESIGNER SELECTION BOARD
PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE Engineers and architects are advised that DSB Project List #11-14, dated November 16, 2011 describing 03 Division of Capital Asset Management and Maintenance projects is now available at www.mass.gov/dcam/dsb
PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE
APPLICANTS PLEASE NOTE: The following requirements were implemented on the following dates and continue to be requirements.
October 2011
Form Request Update: An electronic copy of the completed Application Form and Master File Brochure Form in CD format, are no longer requested.
July 2011
APPLICATION UPDATE: Section #12 has been changed to read as follows:
Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary). Please use Updated July 2011 DSB Application Form.
February 2011
APPLICATION UPDATE: Added to Section #9 – Number of Total Projects; Number of Active Projects; and Total Construction Cost (In Thousands) of Active Projects (excluding studies). Please use Updated February 2011 DSB Application Form.
MBE/WBE UPDATE: SOMWBA is now known as SDO. The State Office of Minority and Women Owned Business Assistance (SOMWBA) and the Affirmative Market Program (AMP) merged on May 1, 2010 to create a new Massachusetts Supplier Diversity Office (SDO).
March 2010
MBE/WBE Participation: Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form) and submit all necessary forms.
July 2009
CLARIFICATION: Electronic signatures are accepted for the Sub-consultant Acknowledgement forms.
June 2009
CORRECTION: The statement below only applies to all OUT OF STATE PRIME FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firm’s State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must, illustrate as above, that they are registered to do business with the Secretary of State of the Commonwealth of MA.
May 13, 2009
Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SOMWBA certifications are clearly marked ORIGINAL.
May 2009
All sections of the Application Form must be answered. If any are left unanswered then the applicant will be REJECTED. In question #12, do not answer with N/A. Use either YES or NO with appropriate information. If an applicant receives notice, after the application has been submitted, and prior to consideration by the DSB, that one or more of their sub-consultants has received notice of termination/resignation by the firm with whom they work, the applicant must submit a written confirmation by that firm to the DSB with the proposed replacement. The replacement must be registered in the Commonwealth of Massachusetts.
March 2009
CLARIFICATION: DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements.
September 2008:
CORRECTION: The statement below only applies to all OUT OF STATE FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firms State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must insure they are registered to do business with the Secretary of State of the Commonwealth of MA.
August 2008:
Master File Brochure Change: Question 1b Mass. Vendor ID# replaced by Federal ID #.
July 2008:
In the future it will only be necessary to attach “SOMWBA Certification forms” for MBE and WBE and “Sub-consultant Acknowledgement forms” to ONE (ORIGINAL) copy of the applications and NOT all sixteen (16) copies.
Application Change: Copies for DSB 2005 Application change from 15 to 16 copies.
April 2008: Application Changes: Question 2a - Changed from Project # to DSB #, Item # and Question 12 – Professional Liability Claims Changed from 7 to 5 years.
January 2008: In reference to April 2007, display only applications e.g. PDF format are NOT acceptable.
October 2007:
A person may not submit more than one application as a “prime” applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.
April 2007: Application Change: An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software is to be included with the submitted update. Application Change: Question #9 – “Construction Cost” replaced “Project Cost”
April 2006:
Change of address. As of April 3, 2006, all future correspondence should be delivered to One Ashburton Place, 10th Floor, Room 1004, Boston, MA 02108.
February 2006:
• Please be sure to use the latest forms when applying for State funded projects. • It is the responsibility of the Prime applicant to ensure all of their sub-consultants also use the current
application forms. Failure to do so will be grounds for the application to be rejected.
- 1 -
D S B M A S T E R F I L E B R O C H U R E ( U p d a t e d 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 as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information. Electronic copies of the forms are available at the following Commonwealth’s Web site: www.mass.gov/dcam/dsb
CHAPTER 579 In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following: 1. Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB
selection process. (See M.G.L. C.7, §38G). If designer’s fee is negotiated, he must file a truth-in-negotiations certificate. (Revised to M.G.L. C.7, §38G per Chapter 189 of 1984).
2. There can be no change in consultants from those named on the DSB application unless approved by the
Commissioner and reported to the DSB. The director may require a Consultant employed by the designer to obtain and maintain liability insurance.
Section 38G
(a) In the selection of a designer when the fee for design services has been set by the commissioner prior to the selection process, the commissioner shall appoint a designer from among the list transmitted to him or her under section thirty-eight F. If the commissioner appoints any designer other than the one ranked first by the board, he or she shall file a written justification of the appointment with the board.
(b) When the fee for design services is to be negotiated, the commissioner shall review the list
transmitted by the board, and may exclude any designer from the list if a written explanation of the exclusion is filed with the board. The commissioner shall then appoint a designer based on successful fee negotiation. The commissioner or persons designated by him or her shall first negotiate with the first ranked designer remaining on the list. Should the commissioner be unable to negotiate a satisfactory fee with the first ranked designer within thirty days, negotiations shall be terminated and negotiations undertaken with the remaining designers, one at a time, in the order in which they were ranked by the board, until an agreement is reached. In no event may a fee be negotiated which is higher than a maximum fee set by the commissioner prior to selection of finalists. Should the commissioner be unable to negotiate a satisfactory fee with any designer initially selected as a finalist by the board, the board shall recommend additional finalists in accordance with the provisions of this chapter. The commissioner may require a finalists with whom a fee is being negotiated to submit a fee proposal and include with it such information as the commissioner requires to provide current cost and pricing data on the basis of which the designer’s fee proposal may be evaluated.
(c) All fees shall be stated in designer’s contracts and in any subsequent amendment thereto as a total dollar amount. Contracts may provide for equitable adjustments in the event of changes in scope or services.
- 2 -
ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB 1. Submission of the DSB Master File Brochure (Updated February 2011) in the format required, and at least annually,
continuously update same. 2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key
personnel changes in a firm. 3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant. 4. A person may not submit more than one application as a “prime” applicant on the same project. The applications of
any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.
5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved
in an association or corporation filing for the same project shall disqualify the applicants. 6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts Contract for Study Services
(Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors).
7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed
$10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall:
a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance
(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,
and expresses their opinion regarding those controls. 8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer,
programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD.
ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS
(a) Certification that the applicants’ legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, §38A½ follows:
“Designer,” an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:
(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.)
(ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.)
(iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.
- 3 -
[Note: This requires that the chief executive officer and a majority of the directors or a majority of the stock ownership be registered architects, landscape architects or engineers, and that the person to be in charge of the project be registered in the discipline required for the project. “Registered” means registered in the Commonwealth of Massachusetts.]
(iv) if a joint venture, each joint venturer satisfies the requirements of this section. (b) As a condition of application, each applicant agrees to carry, if selected for the new project, (other than a master
plan, program, or construction management) professional liability insurance in the amount equal to 10% of the estimated construction cost of the project, in conformance with the provisions of Article 12 of study contract and Article 12 of the design contract, i.e. minimum coverage of $250,000 and maximum coverage of $5,000,000. Note that the requirement for professional liability insurance shall apply to both the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) when a project is advertised by both study and design services.
CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS
IN CONFORMANCE WITH CHAPTER 7, SECTION 38F
1. Prior similar experience best illustrating current qualifications for this project. 2. Identity and qualifications of the key persons and consultants who will work on this project. 3. Depth of the firm with respect to size and complexity of the project. 4. Past performance on public and private projects.
a. Quality, clarity, completeness and accuracy of contract documents and design contract.
b. Effectiveness of meeting established program requirements and function within allotted budget.
c. Accuracy of cost estimates including assessment of contractors’ requisitions for payment and change order proposals.
d. Management ability to meet schedules including submission of design and contract documents and processing of
shop drawings, contractors’ requisitions and change orders.
e. Coordination and management of consultants.
f. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance (DCAM) staff and agency representatives.
5. Financial stability - including prompt payment of consultant fees. 6. Current workload with DCAM and other public agencies. 7. Geographical location of the firm with respect to the proposed project. 8. Participation of MBEs and WBEs as prime consultants or sub-consultants in a role consistent with the participation
goals set forth for the project.
a. The Designer Selection Board adheres to M.G.L. C.7, § 40N, Executive Orders 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)
- 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 sub-consultant (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.
- 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, One Ashburton Place, 13th Floor, Boston, MA 02108 (617) 502-8831 and at www.mass.gov/sdo 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.
- 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.
- 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
- 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
- 9 -
THIS OFFICIAL FORM MAY NOT BE ALTERED POLICY ON EMPLOYMENT OF STUDY CONSULTANTS FOR SUBSEQUENT DESIGN PROJECTS
Amended by the Designer Selection Board on December 15, 2000
1. The Commissioner may appoint a designer to perform continued or extended services if the following conditions are met:
(i) a written statement is filed with the Board explaining the reasons for the continuation or extension of services; (ii) the program for the design services is filed with the Board if one is required by the regulations of the division; and (iii) the Board approves the appointment of the designer for continued or extended services and states the reasons therefor.
2. When the Board has required that applicants list consultants which the applicants may employ, in no event shall a consultant be
used who is debarred pursuant to Section forty-four C of Chapter one hundred and forty-nine as amended, and any change or addition to the consultants named in the application and allowed by the Board upon appointment must be approved by the Deputy Commissioner and reported to the Board, along with a written statement by the designer or construction manager of the reasons for the change.
- 10 -
GENERAL INSTRUCTIONS FOR FILING APPLICATIONS
1. As of 07/11, the application forms required for submissions to the Designer Selection Board have been updated. The forms are as follows: DSB Master File Brochure (Updated February 2011) (included herein); DSB Application Form (Updated July 2011) (included herein). All specific project applications must be submitted on the DSB (Updated July 2011) Application forms. Failure to supply above documents will result in rejection of application.
2. An electronic copy of the DSB Master File Brochure (Updated February 2011) and the DSB Application Form (Updated July 2011) are available for download from the Web site address: www.mass.gov/dcam/dsb.
3. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SDO certifications are clearly marked ORIGINAL. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste.
4. No cover letters, binders and superfluous material. Please staple upper right corner, landscape.
5. DSB recommends that the principal who would be in charge of the project make sure that the form is complete including appropriate signature. Unsigned applications will not be considered.
6. When citing work performed by the applicant while employed by another firm, make certain said firm is properly identified including the individual's level of responsibility.
7. By including a firm as a sub-consultant the applicant certifies that the listed firm has been advised that it was being included in the applicants team and it has agreed to work on this Project should the team be selected. It is a requirement that all applicants supply a signed DSB SC-A’s (Sub-Consultant Acknowledgement). There can be no change in consultants from those named unless approved by DCAM and reported to the Designer Selection Board (C.7, §38H(a)). It is a requirement that all applicants supply the signed document, attached to the application, by the listed sub-consultants stating that they are aware and agree to being nominated by said applicant. Failure to supply above documents may result in rejection of application.
8. DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements.
9. Eligibility requirements are set forth in this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.
10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project.
11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.
12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the applicant's credibility if the firm applies for every job advertised when only marginally qualified.
13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.
14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed.
15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together.
16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.
NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual
available on the Web site: http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf
Commonwealth of Massachusetts
DSB Master File Brochure (Updated February 2011)
1. Firm Name (or if not an entity, individual’s name), and Business Address
Telephone No.: 1a. Submittal is for Parent Company Branch or Subsidiary Office 1b. Federal ID#:
2. Year Present Firm Established: 3. Date Prepared:
4. Specify type of ownership and check 1, 2 or 3 below, if applicable.
� (1) SDO Certified minority business enterprise (MBE) � (2) SDO Certified woman business enterprise (WBE) � (3) SDO Certified minority woman business enterprise (M/WBE)
5. Name of Parent company, if any: 5a. Former Company Name(s), if any, and Year(s) Established:
6. Name of Sole Proprietor or Names of All Firm Partners and Officers
Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline
a. d. b. e. c. f.
7. If Corporation, or Other Entity Other than a Partnership, provide Names of ALL Members of the Board of Directors:
Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline
a. d. b. e. c. f.
8. Names of All Owners (Stocks or Other Ownership): Name Title Ownership MA Reg.
# Status/Discipline Name Title Ownership MA Reg. # Status/Discipline
a. d. b. e. c. f.
9. Personnel by Discipline: (List each person only once, by primary function -- average number employed throughout the preceding 6 month period. Indicate both the total numbers in each discipline and, within brackets, the total number holding Massachusetts's registrations.).
Admin. Personnel ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )
Architects ( ) Electrical Engineers ( ) Mechanical Engrs. ( ) ( )
Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urb./Reg ( ) ( )
Code Specialists ( ) Fire Protection Engrs ( ) Specification Writers ( ) ( )
Civil Engrs. ( ) Geotech. Engrs. ( ) Structural Engineers ( ) ( )
Construction Inspectors ( ) Industrial Hygienist ( ) Surveyors ( ) ( )
Cost Estimators ( ) Interior Designers ( ) ( ) ( )
Drafters ( ) Landscape Architects ( ) ( ) Total ( )
Updated February 2011 DSB Master File Brochure Page 1
10. Summary of Professional Services Fees Received: (insert Index number) Last 5 Years (most recent year first)
2011 2010 2009 Federal Work Commonwealth of Massachusetts work All other domestic and foreign work
2008 2007
Ranges of Professional Services Fees INDEX
1. Less than $100,000 5. $1 million to $2 million 2. $100,000 to $250,000 6. $2 million to $5 million 3. $250,000 to $500,000 7. $5 million to $10 million 4. $500,000 to $1 million 8. $10 million or greater
Experience Profile Code Numbers for use with questions 11, 12 and 13 001 Acoustics, Noise Abatement 037 Fisheries; Fish Ladders 065 002 Aerial Photogrammetry 038 Forestry & Forest Products 066 003 Agricultural Development; Grain Storage; 039 Garages; Vehicle Maintenance Facilities; 067
Farm Mechanization Parking Decks 068 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 005 Airports; Navaids; Airport Lighting; 041 Graphic Design
Aircraft Fueling 042 Harbors; Jetties, Piers, Ship Terminal Facilities 070 006 Airports; Terminals & Hangars; Freight Structures or Components 071
Handling 043 Heating, Ventilating, Air Conditioning 072 007 Arctic Facilities 044 Health Systems Planning 073 008 Auditoriums & Theaters 045 Highrise; Air-Rights-Type Buildings 074 009 Automation; Controls; Instrumentation 046 Highways; Streets; Airfield Paving; Parking Lots 075 010 Barracks; Dormitories 047 Historical Preservation 076 011 Bridges 048 Hospital and Medical Facilities 077 012 Cemeteries 048A Medical Facilities - Mental Health 078 013 Chemical Processing & Storage 048B Medical Facilities - Acute Care 079 014 Churches; Chapels 048C Medical Facilities - Ambulatory Care, Clinics 080 015 Codes; Standards; Ordinances 049 Hotels, Motels 081 016 Cold Storage; Refrigeration; Fast Freeze 050 Housing (Residential, Multi-Family; 082 017 Commercial Building (low rise); Shopping Apartments; Condominiums) 083
Centers 050A Housing - Residential Mental Health 084 018 Communication Systems; TV; Microwave 050B Housing - Resid. Mental Ret. /Group Home 084A 019 Computer Facilities; Computer Service 050C Housing - Elderly 084B 020 Conservation and Resource Management 050D Housing - Assisted Living 084C 021 Construction Management 051 Hydraulics and Pneumatics 084D 022 Corrosion Control; Cathodic Protection; 052 Industrial Buildings; Manufacturing Plants 084E
Electrolysis
053 Industrial Processes; Quality Control 084F 023 Cost Estimating 054 Industrial Waste Treatment 085 024 Dams (Concrete; Arch) 055 Interior Design; Space Planning 086 025 Dams (Earth; Rock); Dikes; Levees 055A Facilities Management 088 026 Desalination (Process & Facilities) 056 Irrigation; Drainage 088A 027 Dining Halls; Clubs; Restaurants 057 Judicial and Courtroom Facilities 088B 028 Ecological & Archeological Investigations 058 Laboratories; Medical Research Facilities 088C 029 Educational Facilities; Classrooms 058A Laboratories; Commercial 089 029A Educational Facilities; Higher Ed 058B Laboratories; Higher Ed Research Sciences 090 029B Educational Facilities; Secondary Ed 058B Laboratories; Heavy Equipment 091 029C Educational Facilities; Elementary Ed 058C Laboratories; Pathology, Medical Examiner 092 029D Educational Facilities; Child Day Care 058D Laboratories; Crime Investigation 093 030 Electronics 059 Landscape Architecture 094 031 Elevators; Escalators; People Movers 060 Libraries; Museums; Galleries 095 032 Energy Conservation; New Energy Sources 061 Lighting (Interiors; Display; Theatre, Etc.) 096 032A Sustainable Design 062 Lighting (Exteriors) 097 033 Environmental Impact Studies, 063 Materials Handling Systems; Conveyors; 098
Assessments or Statements Sorters 099 034 Fallout Shelters; Blast-Resistant Design 064 Metallurgy 099A 035 Field Houses; Gyms; Stadiums 036 Fire Protection
Microclimatology; Tropical Engineering 100 Special Environments; Clean Rooms, Etc. Military Design Standards 101 Structural Design; Special Structures Mining and Mineralogy 102 Surveying; Platting; Mapping; Flood Plain Missile Facilities (Silos; Fuels; Transport) Studies Modular Systems Design; Pre-fabricated 103 Swimming Pools
104 Storm Water Handling & Facilities Naval Architecture; Off-Shore Platforms 105 Telephone Systems (Rural; Mobile Nuclear Facilities; Nuclear Shielding Intercom, ; Etc.) Office Buildings; Industrial Parks 106 Testing & Inspection Services Oceanographic Engineering 107 Traffic & Transportation Engineering Ordnance; Munitions; Special Weapons 108 Towers (Self-Supporitng & Guyed Systems) Petroleum Exploration; Refining 109 Tunnels & Subways petroleum and Fuel (Storage and Distribution) 110 Urban Renewals; Community Development Pipelines (Cross-Country - Liquid & Gas) 111 Utilities (Gas & Steam) Planning (Community, Regional 112 Value Analysis; Life-Cycle Costing Planning (Site, Installation, and Project) 113 Warehouses & Depots Plumbing and Piping Design 114 Water Resources; Hydrology; Ground Water Pneumatic Structures, Air-Support Buildings 115 Water Supply; Treatment and Distribution Postal Facilities 116 Wind Tunnels; Research/Testing Facilities Power Generation, Transmission, Distribution Design Prisons & Correctional Facilities 117 Zoning; Land Use Studies Correctional Facilities - Minimum Security 201 Correctional Facilities - Medium Security 202 Correctional Facilities - Maximum Security 203 Correctional Facilities - Youth Detention 204 Public Safety Facilities - Police/Fire Stations 205 Public Safety Facilities – Training Product, Machine & Equipment Design Radar; Sonar; Radio & Radar Telescopes Recreation Facilities ( Parks, Marinas, Etc.) Recreation Facilities - Ice Rinks Recreation Facilities - Senior/Community Centers Park Support Facilities (Bath House; Visitor Center) Rehabilitation (Buildings; Structures; Facilities) Resource Recovery; Recycling Radio Frequency Systems & Shieldings Rivers; Canals; Waterways; Flood Control Safety Engineering; Accident Studies, OSHA Studies Security Systems; Intruder & Smoke Detection Seismic Designs and Studies Sewage Collection, Treatment and Disposal Soils & Geologic Studies; Foundations Solar Energy Utilization Solid Wastes; Incineration; Land Fill Hazardous materials Abatement
Updated February 2011 DSB Master File Brochure Page 2
11. Profile of Firm’s Project Experience, Last 5 Years Profile Code No. of Projects Total Gross Fees
(in thousands) Profile Code No. of Projects Total Gross Fees
(in thousands) Profile Code No. of Projects Total Gross Fees
(in thousands) 1. 11. 21. 2. 12. 22. 3. 13. 23. 4. 14. 24. 5. 15. 25. 6. 16. 26. 7. 17. 27. 8. 18. 28. 9. 19. 29. 10. 20. 30.
12. List all current Projects (except for work for the Commonwealth) for which Prime Applicant is performing or is under contract to perform any design services (add/subtract rows as needed).
Profile Code
Role P, C, JV *
Phases St., Sch., D.D., C.D.,A.C. *
Project Name, Location & Principal-in-Charge Owner Name & Address (Include Contact name and phone number)
Project Cost (in thousands)
Completion Date (Actual or Estimated)
(R)Renovation or (N)New
1.
2.
3.
4.
5.
6.
7.
Updated February 2011 DSB Master File Brochure Page 3
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
Updated February 2011 DSB Master File Brochure Page 4
13. List all Projects completed within the past 5 years for which Prime Applicant has performed, or has entered into a contract to perform any design services for all public agencies within the Commonwealth (add/subtract rows as needed).
Profile Code
Role P, C, JV
Phases St., Sch., D.D., C.D.,A.C.
Project Name, Location & Principal-in-Charge Owner Name & Address (Include Contact name and phone number)
Project Cost (in thousands)
Completion Date (Actual or Estimated)
(R)Renovation or (N)New
1.
2.
3.
4.
5.
6.
7.
8.
14. Professional Liability Insurance:
Professional Liability Policy Certificate Number Present Policy Expiration Date Aggregate Amount Payable
15. I certify that all information is submitted under the penalties of perjury and that I am familiar with the Mass. State Building Code and also Mass. General Laws, Chapter 149, Section 44A-44H, Section 44M, and Chapter 30, Section 39M. I also certify that the undersigned is an Authorized Signatory of the Firm and is a Principal or Officer of the Firm.
Submited by (Signature) Printed Name and Title Date
* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract
Updated February 2011 DSB Master File Brochure Page 5
Updated July 2011 DSB Application Form Page 1
1. Project Name/Location for Which Firm is Filing: 2a. DSB # Item #
Commonwealth of Massachusetts DSB Application Form
(Updated July 2011)
2b. Mass. State Project #
3a. Firm (Or Joint-Venture) - Name and Address Of Primary Office To Perform The Work:
3e. Name Of Proposed Project Manager:
For Study: (if applicable) For Design: (if applicable)
3b.
Date Present and Predecessor Firms Were Established:
3f. Name and Address Of Other Participating Offices Of The Prime Applicant, If Different From Item 3a Above:
3c.
Federal ID #:
3g. Name and Address Of Parent Company, If Any:
3d. Name and Title Of Principal-In-Charge Of The Project (MA Registration Required):
3h. Check Below If Your Firm Is Either:
(1) SDO Certified Minority Business Enterprise (MBE) Email Address: (2) SDO Certified Woman Business Enterprise (WBE) Telephone No:
Fax No.: (3) SDO Certified Minority Woman Business Enterprise (M/WBE)
4. Personnel From Prime Firm Included In Question #3a Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number Employed Throughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline And, Within Brackets, The Total Number Holding Massachusetts Registrations):
Admin. Personnel ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )
Architects ( ) Electrical Engrs. ( ) Mechanical Engrs. ( ) ( )
Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urban./Reg. ( ) ( )
Civil Engrs. ( ) Fire Protection Engrs. ( ) Specification Writers ( ) ( )
Code Specialists ( ) Geotech. Engrs. ( ) Structural Engrs. ( ) ( )
Construction Inspectors ( ) Industrial Hygienists ( ) Surveyors ( ) ( )
Cost Estimators ( ) Interior Designers ( ) ( ) ( )
Drafters ( ) Landscape Architects ( ) ( ) Total ( )
5. Has this Joint-Venture previously worked together? Yes No
6. List ONLY Those Prime and Sub-Consultant Personnel Specifically Requested In The Advertisement. This Information Should Be Presented Below In The Form Of An Organizational Chart.
Include Name Of Firm and Name Of The One Person In Charge Of The Discipline, With Mass. Registration Number, As Well As MBE/WBE Status, If Applicable:
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
Discipline (from advertisement)
Name Of Firm
Person In Charge Of Discipline Mass. Registr. #
MBE/WBE Certified (If Applicable)
User Agency
Project Manager for Design
Project Manager for StudyPrime Consultant Principal-In-Charge
DCAM
Updated July 2011 DSB Application Form Page 2
Updated July 2011 DSB Application Form Page 3
7. Brief Resume Of ONLY Those Prime Applicant and Sub-Consultant Personnel Requested In The Advertisement. Confine Responses To The Space Provided On The Form and Limit Resumes
To ONE Person Per Discipline Requested In The Advertisement. Resumes Should Be Consistent With The Persons Listed On The Organizational Chart In Question # 6. Additional Sheets Should Be Provided Only As Required For The Number Of Key Personnel Requested In The Advertisement and They Must Be In The Format Provided. By Including A Firm As A Sub-Consultant, The Prime Applicant Certifies That The Listed Firm Has Agreed To Work On This Project, Should The Team Be Selected.
a. Name and Title Within Firm: a. Name and Title Within Firm: b. Project Assignment: b. Project Assignment:
c. Name and Address Of Office In Which Individual Identified In 7a Resides: c. Name and Address Of Office In Which Individual Identified In 7a Resides: MBE MBE
WBE WBE
d. Years Experience: With This Firm: With Other Firms: d. Years Experience: With This Firm: With Other Firms: e. Education: Degree(s) /Year/Specialization e. Education: Degree(s) /Year/Specialization
f. Active Registration: Year First Registered/Discipline/Mass Registration Number f. Active Registration: Year First Registered/Discipline/Mass Registration Number:
g. Current Work Assignments and Availability For This Project:
g. Current Work Assignments and Availability For This Project
h. Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed, If Not Current Firm):
h. Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed , If Not Current Firm):
Updated July 2011 DSB Application Form Page 4
8a. Current and Relevant Work By Prime Applicant Or Joint-Venture Members. Include ONLY Work Which Best Illustrates Current Qualifications In The Areas Listed In The DSB Advertisement (List Up To But Not More Than 5 Projects).
e. Project Cost (In Thousands) a. Project Name and Location Principal-In-Charge
b. Brief Description Of Project and Services (Include Reference To Areas Of Experience Listed In DSB Advertisement)
c. Client’s Name, Address and Phone Number. Include Name Of Contact Person
d. Completion Date (Actual Or Estimated)
Construction Costs(Actual, Or Estimated If Not Completed)
Fee For Work For Which Firm Was Responsible.
(1)
(2)
(3)
(4)
(5)
Updated July 2011 DSB Application Form Page 5
8b. List Current and Relevant Work By Sub-Consultants Which Best Illustrates Current Qualifications In The Areas Listed In The Advertisement (Up To But Not More Than 5 Projects For Each Sub-Consultant). Use Additional Sheets Only As Required For The Number Of Sub-Consultants Requested In The Advertisement and They Must Be In The Format Provided.
Sub-Consultant Name: e. Project Cost (In Thousands) a. Project Name and Location
Principal-In-Charge b. Brief Description Of Project and
Services (Include Reference To Areas Of Experience Listed In DSB Advertisement)
c. Client’s Name, Address and Phone Number (Include Name Of Contact Person)
d. Completion Date (Actual Or Estimated)
Construction Costs (Actual, Or Estimated If Not Completed)
Fee for Work for Which Firm Was Responsible
(1)
(2)
(3)
(4)
(5)
Updated July 2011 DSB Application Form Page 6
9.
List All Projects Within The Past 5 Years For Which Prime Applicant Has Performed, Or Has Entered Into A Contract To Perform, Any Design Services For All Public Agencies Within The Commonwealth.
# of Total Projects:
# of Active Projects: Total Construction Cost (In Thousands)
of Active Projects (excluding studies):
Role P, C, JV
*
Phases St., Sch., D.D., C.D.,A.C. *
Project Name, Location and Principal-In-Charge: Awarding Authority (Include Contact Name and Phone Number)
Construction Costs (In Thousands) (Actual, or Estimated if Not
Completion Date (Actual or Estimated) (R)Renovation or (N)New
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch. = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract
Updated July 2011 DSB Application Form Page 7
10. Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And That Of Your Sub-Consultants For The Proposed Project.
If Needed, Up To Three, Double-Sided 8 ½” X 11” Supplementary Sheets Will Be Accepted. APPLICANTS ARE REQUIRED TO RESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED IN THE ADVERTISEMENT.
Be specific – No Boiler Plate
11. Professional Liability Insurance: Name of Company Aggregate Amount Policy Number Expiration Date
12. Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary).
13. Name Of Sole Proprietor Or Names Of All Firm Partners and Officers:
Name Title MA Reg # Status/Discipline Name Title MA Reg # Status/Discipline a. d. b. e. c. f.
14.
If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # Status/Discipline Name Title MA Reg # Status/Discipline a. d. b. e. c. f.
15. Names Of All Owners (Stocks Or Other Ownership): Name and Title % Ownership MA Reg.# Status/Discipline Name and Title % Ownership MA Reg.# Status/Discipline
a. d. b. e. c. f.
16.
I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a “Designer”, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to construction management or the preparation of master plans, studies, surveys, soil tests, cost estimates or programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.
Submitted By (Signature)
__________________________________________________
Printed Name and Title _______________________________
Date ____________
The following forms MUST be attached to only ONE (ORIGINAL Copy) application: 1. SDO Certification required for MBE/WBE Firms; 2. Sub-Consultant Acknowledgment.
Updated July 2011 DSB Sub-Consultant Form
DSB S-CA
Commonwealth of Massachusetts Designer Selection Board SUB-CONSULTANT ACKNOWLEDGMENT
Project:
Applicant Designer:
Sub-consultant:
SUB-CONSULTANT ACKNOWLEDGMENT
The sub-consultant named above hereby certifies that it has been notified by the Applicant Designer that it has been nominated to perform work on the Applicant Designer’s team for the above Project, which is under consideration at the Designer Selection Board.
Signature of Sub-Consultant Duly Authorized Representative
Print Name and Title
Date
It is a requirement that all applicants supply this document signed, attached to the application, for each of the listed sub-consultants stating that they are aware and agree to being nominated by said applicant designer. One copy must have an original signature. Electronic signatures are accepted.
House Doctor Form Revised 7-19-11
COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA
DSB LIST # 11-14 ITEM # 1 DSB PUBLIC NOTICE DATE: November 16, 2011 LAST DATE FOR FILING APPLICATION IS: December 7, 2011 at 2:00 PM The Board requests applications to be submitted by any of the following firms:
( ) Architect ( X ) Mechanical Engineer ( X ) Architect/Engineer (A/E) ( ) Other:
PROJECT NUMBER: DCP1213 HD1 PROJECT TITLE: Design Services for Energy Projects PROJECT LOCATION: Multiple State and County Facilities, Statewide AWARDING AGENCY: Division of Capital Asset Management (DCAM) APPROPRIATION SOURCE: Various (To be Determined) AVAILABLE AMOUNT: $2,000,000 per Contract ESTIMATED CONSTRUCTION COST: To be determined by study. TOTAL FEE, excluding reimbursables, based on scopes of work and services authorized, shall not exceed: ( X ) Lump sum established set fee per M.G.L. C.7, §38G(a) $2,000,000 Dollars IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( ) CONSTRUCTION PLANS AND SPECIFICATIONS ( ) 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 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). N.B.1: This contract will be a “House Doctor” contract. Multiple projects of the type described in the General Scope of
Work may be assigned, and fee increments approved, up to the total value of the contract.
DSB LIST # 11-14 ITEM # 1 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #1, Page 2 of 4
N.B.2: The Awarding Agency may award up to six contracts, each with a total value of $2,000,000 to qualified designers under this contract.
N.B.3: Travel time and mileage to and from designated locations are not reimbursable to the prime consultant or listed subconsultants.
APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: Develop performance specifications and schematic designs of energy and water conservation measures to be procured using a Request for Proposal (RFP) process under Massachusetts General Law Chapter 25 A Section 11c. This law dictates the process used to procure energy and water conservation projects paid for with utility savings. The house doctors selected through this contract will provide technical assistance through the procurement, design, construction, commissioning, measurement and verification phases of Chapter 25A performance contracts. The work may include, but is not limited to:
1. Investigation of energy and water saving and renewable energy generation opportunities. 2. Documentation of existing conditions. 3. Recommendation of detailed energy and water efficient upgrades and repairs. 4. Proposal of energy efficient methods of repair for the resolution of deferred maintenance problems. 5. Estimation of cost for such upgrades and repairs. 6. Documentation of recommendations in a summary audit report. 7. Developing the preferred solution through schematic design.
Issues to be considered in the analysis will include energy costs, sustainability principles, expected remaining useful life of building systems and life cycle costs. Particular attention should be paid to the constructability, reliability and durability of systems and materials. The house doctor may also be called on to produce certified studies that can be used to procure energy and water saving upgrades under the Chapter 149 design-bid-build process. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. ADDITIONAL SUPPORTING DOCUMENTS: The scope of work for this project is supported by the materials listed below, which are available for review and download on the Designer Selection Board website.
• Standard Energy Services Agreement (ESA) for Equipment, Design and Installation for projects procured under M.G.L. Chapter 25A Sec. 11c- http://www.mass.gov/anf/docs/dcam/energy/model-equip-only-esa-rev09-2010.pdf
GENERAL CONDITIONS FOR THIS CONTRACT: Contract The applicant agrees to execute Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (“Design Contract”) or its successor, without revisions or modifications. http://www.mass.gov/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000, or for the design of a project for which the estimated construction cost is expected to exceed $100,000, the designer shall:
a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract;
b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls, and expresses their opinion regarding those controls.
1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.
DSB LIST # 11-14 ITEM # 1 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #1, Page 3 of 4
DCAM Procedures The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008 (http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: (http://www.mass.gov/dcam): Executive Order 484 Projects undertaken under this contract shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. All energy efficiency 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 energy efficiency project study shall be approved for final design and construction unless it meets the requirements for the use of Clean Energy Improvement Program (CEIP) bond funds, or other financing vehicles as determined by DCAM. Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. DCAM welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Construction Specifications The designer shall utilize the DCAM Standard Specification. Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. CONDITIONS FOR APPLICATION: The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel. 1. Architect/Engineer (A/E) or Mechanical Engineer
(M/P/FP) (Prime) 6. Certified Energy Manager
2. Architect 7. Lighting Consultant 3. Mechanical Engineer (M/P/FP) 8. LEED Accredited Professional 4. Electrical Engineer 9. Cost Estimator 5. Structural Engineer 10. Code 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 # 11-14 ITEM # 1 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #1, Page 4 of 4
APPLICATION EVALUATION – PROJECT EXPERIENCE Applications will be evaluated based upon the requirements of M.G.L. Ch. 7 §38F and the work listed on DSB Application Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Institutional building and multi-building
campus energy auditing. 7. Combined heat and power system design.
2. Boiler plant design – including biomass. 8. Building retro-commissioning and commissioning.
3. Energy management system design. 9. Building energy modeling.
4. HVAC system design. 10. LEED for Existing Building: Operations & Maintenance Certification Process
5. Water conservation design. 11. Studies and schematic designs for renewable energy systems including wind, solar PV, solar thermal, and ground source heat pumps.
6. High efficiency lighting system design.
APPLICANTS PLEASE NOTE
A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may be rejected as non-compliant and not be considered by the Board. Applications received at the DSB Office after the advertised deadline will not be considered.
Study & Design Form Revised 07-19-11
COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA
DSB LIST # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: November 16, 2011 LAST DATE FOR FILING APPLICATION IS: December 7, 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: BSB1204 ST1 PROJECT TITLE: Hurley Building Fire Protection System, Energy Conservation and
Building System Improvements PROJECT LOCATION: Charles F. Hurley Building, 19 Staniford St., Boston AWARDING AGENCY: Division of Capital Asset Management (DCAM) APPROPRIATION SOURCE: Ch. 304 of 2008; 1102-2008 AVAILABLE AMOUNT: TBD ESTIMATED CONSTRUCTION COST: $14,000,000 TOTAL FEE, excluding reimbursables or any authorized per diem payments, based on scope of work and services authorized if project is completed. ( X ) Lump Sum Established Set Fee for Study Phase Per M.G.L. C.7, §38G(a) $175,000 dollars ( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, §38G(a),
based on the approved estimated construction cost in the certified study. 8
percent IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) OTHER: DETAILED PROJECT SCHEDULING INCLUDING RELOCATION OPTIONS AND
CONSTRUCTION TASKS 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: NOTE: A voluntary pre- application site visit will be conducted on Monday, November 21 at 2PM. Applicants should
meet in the lobby at the 19 Staniford St. entrance to the facility. For questions contact: [email protected]; [email protected]
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
DSB LIST # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #2, Page 2 of 6
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 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: Ch. 304 of 2008; 1102-2008: “….for the preparation of plans and specifications, repairs, construction, renovations, improvements, asset management and demolition, disposition and remediation of state-owned and former county facilities and grounds and for costs associated with repair and maintenance of buildings and building systems and equipment at various facilities of the commonwealth….” GENERAL SCOPE OF WORK: Summary Scope of Work: To build on separate studies (see reference below) and plan the development of a new fire protection (sprinkler) system’ related energy conservation and other building system improvements and applicable space planning for short and long term needs in the Hurley Building. This study is to develop an efficient and consolidated scope of work and implementation schedule for this large occupied historic building and improve the construction schedule by developing options for expanded temporary relocation space for occupants or other means involving the technical scope of work. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. Project Background:
• The Charles F. Hurley Building, designed by Paul Rudolph, opened in 1970. It and the connected Lindemann Center (also design by Paul Rudolph) were part of the 1960’s Government Center urban renewal project. They share a superblock with the Edward Brooke Courthouse built in the 1990s. The Hurley Building is on the Mass. Historic Commission’s Historic Resources Inventory.
• The approximately 350,000 GSF 6 story heavy weight concrete structures is occupied by four Commonwealth agencies and currently serves 885 occupants of which 787 work for the Division of Workforce Development in office environments on floors 1-5. Other occupants are the Group Insurance Commission, the Commission on the Status of Women and a small unit of the Department of Revenue. The facility is managed by the Bureau of State Office Buildings.
• During the course of a fire alarm upgrade, the local authorities having jurisdiction (State Fire Marshall and Boston Fire Department) determined that under Mass. General Law Ch. 148; Section 26A an automatic fire protection system was required as the building is over 70 feet in height.
• A study was conducted in 2010-2011 to address the need for fire protection (see reference below). The proposed scope of work included: a new sprinkler system (wet pipe system except where deluge system in garage is being replaced by dry pipe system); fire alarm upgraded in coordination with sprinkler coverage; ceilings lowered (and replaced) to accommodate sprinkler piping, new lighting, HVAC diffusers and a new diesel fire pump. The implementation plan for this scope of work required a large number of temporary relocations of occupants within the building due to limited available “swing space”. This would require a long construction period and related high costs and high risk factors due to the complexity of multiple moves and related work.
• Recently a related study of energy conservation improvements has been conducted (see reference below) with some overlapping scope items including lighting upgrades.
Specific Scope of Work:
1. Review and evaluation of referenced study documents for the sprinkler system and energy conservation improvements with respect to technical scopes of work, cost, scheduling and implementation issues.
2. Inspection and documentation of all applicable existing conditions in the Hurley Building and its site. 3. Assessment of current use of space and the particular requirements by the agencies occupying the building against
appropriate benchmarks and standards. Identification of opportunities for re-planning space use and consolidation of operations.
DSB LIST # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #2, Page 3 of 6
4. Development of relocation space options to allow fewer moves of occupants and an improved project schedule. These options should include: opportunities within the Hurley Building, temporary facilities on the adjacent site of the Hurley Building; and off-site facilities in private or public buildings.
5. Development of a scope of work that coordinates fire protection and related improvements with energy conservation improvements in the most efficient manner possible. The recommended scope should be based on review of options for achieving project objectives including scope, cost and schedule options.
6. Completion of final certifiable study documents which can serve as a basis of design and which meet all DCAM requirements and user agency needs.
The above-noted tasks will be further developed by the selected firm in a detailed workplan and subsequent steps per the Designer’s Procedures Manual referenced blow.
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. BSB0901 HS2, New Sprinkler System Feasibility Study, Hurley Building, Boston, MA, Jacobs Engineering Group, Inc., June 8, 2011- http://www.mass.gov/anf/docs/dcam/dsblist/dsb111402‐hurley‐study.pdf DCP1021 ES1, Energy Upgrades- McCormick, Hurley, Lindemann and State House Buildings (proposed scope of work), KlingStubbins, July 22,2011- http://www.mass.gov/anf/docs/dcam/dsblist/dsb111402‐es1‐report.pdf 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/anf/docs/dcam/dlforms/forms/dcam-standard-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/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance
(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,
and expresses their opinion regarding those controls. DCAM Procedures The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008 (http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: http://www.mass.gov/dcam.
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 # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #2, Page 4 of 6
PMAS Consultants will be required to use DCAM's electronic web-based Project Management and Accounting System (PMAS) as a repository for all project correspondence, documentation, and project budgeting, and scheduling. No special software is required. Workshops DCAM and the Designer will hold periodic workshops to ensure that critical issues are not overlooked and that all team members have an opportunity to contribute their expertise, to anticipate potential obstacles, to identify potential solutions, and to expedite the decision-making process. Attendance by key design team members will be required at all workshops. Executive Order 484 This project shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. All building studies shall include preliminary estimates of the project’s energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the project’s impact on the operating agency’s plan for meeting EO 484’s goals are documented in the consensus solution, implementation plan, and estimated construction cost. LEED Certification This project shall be certifiable at a level of Silver or higher, including Mass LEED Plus requirements. All measures proposed to achieve a LEED rating shall be incorporated into Final Design as part of the Designer’s base fee; administration of the certification process by the Designer during the Final Design and Construction phases of the project will be considered an extra service. Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. DCAM welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Environmental and other supplemental services DCAM reserves the right to obtain supplemental services through independent consultants who will collaborate with the prime and the project team. Construction Specifications The designer shall utilize the DCAM Standard Specification. Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. Building Information Modeling Building Information Modeling (BIM) will be used in the study, design, and construction phases of the project, and the development of a building information model will be 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.
DSB LIST # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #2, Page 5 of 6
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 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 or Architect/Engineer (A/E)
(Prime) 5. Cost Estimator (independent consultant required)
2 Mechanical Engineer (M/P/FP) 6. MA Building Code Consultant (independent consultant required)
3. Electrical Engineer (low voltage, fire alarm)
7. Information Technology Planner
4. Specifications Consultant (independent consultant required)
8. Space Planner/Interior Designer
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 Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Planning, Design and Construction of Fire
Alarm and Protection Systems and related improvements in occupied buildings.
4. Complex project management including construction task scheduling in occupied buildings.
2. Planning, Design and Construction of Energy Conservation Measures in coordination with building owners and energy service providers in occupied buildings.
5. Planning, development and implementation of tenant relocations required to facilitate construction in occupied buildings.
3. Space planning, interior design and renovation in office environment.
DSB LIST # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14 Item #2, Page 6 of 6
APPLICANTS PLEASE NOTE
A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may be rejected as non-compliant and not be considered by the Board. Applications received at the DSB Office after the advertised deadline will not be considered.
House Doctor Form Revised 7-19-11
COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA
DSB LIST # 11-14 ITEM # 3 DSB PUBLIC NOTICE DATE: November 16, 2011 LAST DATE FOR FILING APPLICATION IS: December 7, 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: CME1250 FM1 PROJECT TITLE: Study and Design for Various Building Repairs and Renovations PROJECT LOCATION: Boston -720 Albany St. AWARDING AGENCY: Office of The Chief Medical Examiner APPROPRIATION SOURCE: Various ( to be determined) AVAILABLE AMOUNT: $250,000 ESTIMATED CONSTRUCTION COST: To be determined by study TOTAL FEE, excluding reimbursables, based on scopes of work and services authorized, shall not exceed: ( X ) Lump sum established set fee per M.G.L. C.7, §38G(a) $250,000 Dollars IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( ) OTHER MBE/WBE PARTICIPATION: In accordance with 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 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). N.B.1: This contract will be a “house doctor” contract. Multiple projects of the type described in the General Scope of
Work may be assigned, and fee increments approved, up to the total value of the contract.
DSB LIST # 11-14 ITEM # 3 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14Item #3, Page 2 of 5
N.B.2: The Awarding Agency may award up to 3 contracts, each with a total value of $250,000 to qualified designers under this contract.
APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: The house doctor may also be required to study structural & MEP renovation needs for the building. The age of the facility is 18 years old, Type 1 Construction ( pre-engineered modular steel frame structure) with 28,100 gsf. The scope of work may include but is not limited to:
1. Investigating the nature and severity of the problem. 2. Documenting existing conditions. 3. Recommending detailed repairs and magnitude of cost for such repairs. 4. Proposing alternate methods of repairs for resolution of the problem, including energy efficient alternatives. 5. Developing the preferred solution to schematic design and/ or design development. 6. Preparing construction specifications and documents, cost estimates, and providing construction administration
for the solution.
Medical Examiner Building
The immediate project is to perform roof study to repair and or replace existing leaky roof as well as document existing conditions of roof and recommend detailed repairs and costs for such a repair/replacement at 720 Albany St., Boston. Consideration in the analysis should include energy costs, sustainability principles, expected remaining useful life of building, systems and life cycle costs. Particular attention should be paid to the constructability, reliability and durability of maintenance systems and materials.
DSB LIST # 11-14 ITEM # 3 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14Item #3, Page 3 of 5
If the selected designer is appointed for final design, the General Scope of Work will be defined by the certifiable building study and the current version of the DCAM Designer Procedures Manual. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. ADDITIONAL SUPPORTING DOCUMENTS: Replacement of the facility Chiller and Emergency Generator 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. Study for Replacement of the Chiller and Emergency Generator House Doctor contract: DCP0809-HD3—Mass. http://www.mass.gov/anf/docs/dcam/dsblist/dsb111403‐cme‐chillergen‐study.pdf State Project CME0901, Contract FS1, Electrical Engineer : RP Jarvis Engineering, Mechanical Engineer: C.A. Crowely Engineering Inc. Dated 9/14/2009 http://www.mass.gov/anf/docs/dcam/dsblist/dsb111403‐cme‐retrocom‐report.pdf http://www.mass.gov/anf/docs/dcam/dsblist/dsb111403‐cme‐study‐92.pdf GENERAL CONDITIONS FOR THIS CONTRACT: Contract This contract is limited to projects with an estimated construction cost of less than $2,000,000 as per M.G.L. C. 7 §40B, as amended by C. 159 §15 of the Acts of 2000, C. 245 §22 of the Acts of 2002 and C. 120 §8 of the Acts of 2009. The designer must prepare studies for all projects under this contract, and all studies must be certified by the DCAM Director of Programming before final design can proceed. The applicant agrees to execute Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (“Design Contract”) or its successor, without revisions or modifications. http://www.mass.gov/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance
(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,
and expresses their opinion regarding those controls. DCAM Procedures The designer will follow the procedures established in DCAM’s Designer Procedures Manual dated August 2008 (http://www.mass.gov/anf/docs/dcam/dlforms/designers-procedures-manual-aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: (http://www.mass.gov/dcam). Executive Order 484 Projects undertaken under this contract shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. All building studies shall include preliminary estimates of the project’s energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the project’s impact on the operating agency’s plan for meeting EO 484’s goals are documented in the consensus solution, implementation plan and estimated construction cost.
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 # 11-14 ITEM # 3 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14Item #3, Page 4 of 5
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. Office of The Chief Medical Examiner welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Construction Specifications The designer shall utilize the DCAM Standard Specification. Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. CONDITIONS FOR APPLICATION: The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel. 1. Architect or Architect/Engineer (A/E)
(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 Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Study and Design of exterior roofing,
architectural, structural & MEP renovations for buildings of similar use, size and type.
3. Design, oversee and implement phased renovations to meet the immediate and future needs of an occupied 24/7 Medical Examiner’s office.
2. Design experience and implementation with all required standards and codes as related to scope of work.
DSB LIST # 11-14 ITEM # 3 DSB PUBLIC NOTICE DATE: November 16, 2011
DSB List#11-14Item #3, Page 5 of 5
APPLICANTS PLEASE NOTE A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may be rejected as non-compliant and not be considered by the Board. Applications received at the DSB Office after the advertised deadline will not be considered.