157
Volume 30, Issue 15, April 14, 2010 The Central Register Published by: The Secretary of the Commonwealth, William Francis Galvin

Crematory 20100414 Central Register

Embed Size (px)

Citation preview

Page 1: Crematory 20100414 Central Register

Volume 30, Issue 15, April 14, 2010

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

Page 2: Crematory 20100414 Central Register
Page 3: Crematory 20100414 Central Register

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

Volume 30, Issue 15, April 14, 2010

DESIGNER SERVICESRequest for Proposals 1

GENERAL CONTRACTSInvitation to Bid 8

CONTRACTORS OBTAINING PLANS/SPECIFICATIONS 66

CONTRACT AWARDS 79

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

Notice of Proposed Disposition of Real Property 84Office of Lease Management 91Groundwater Discharge Permit 94

LIST OF DEBARRED CONTRACTORSDCAM 96Attorney General 97

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST 100

LIST OF DECERTIFIED CONTRACTORSDCAM 101

SOMWBA 104

DESIGNER SELECTION BOARD 107

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

Page 4: Crematory 20100414 Central Register

William Francis Galvin Secretary of the Commonwealth

STATE BOOKSTORE State House, Room 116

Boston, MA 02133 (617) 727-2834

CENTRAL REGISTER SUBSCRIPTION INFORMATION

The Central Register is available in electronic form only.

The total subscription price is $100 per year.

You may subscribe to this publication on the following website:

http://www.sec.state.ma.us/PublicationSubscriptionPublic/Login.aspx

Please feel free to contact the State Bookstore with any questions that you may have regarding your subscription.

Phone: (617) 727-2834 Email: [email protected]

** State Agencies Only** CHECKS WILL NOT BE ACCEPTED FROM STATE AGENCIES.

State agencies are required to use the IE/ITI system. State agencies must complete the following information in order for their subscription to be processed.

DEPT. CODE (3 letters): _________________________________ORG. # (4 numbers): ____________________________________________ AMOUNT TO BE ENCUMBERED: $___________________________________________ AGENCY NAME: ___________________________________________________________________________________________________ CONTACT NAME: __________________________________________________________________________________________________ ADDRESS: ________________________________________________________________________________________________________ PHONE:__________________________________ CONTACT EMAIL:________________________________________________________

Page 5: Crematory 20100414 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWANGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

(continued)

Contractor: Brait Builders Corporation506 Plain StreetMarshfield, MA 02050

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: November 21, 2008End Date: Reapplication not before November 21, 2009

Contractor: TLT Construction Corp.One Pope StreetWakefield MA 01880

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: November 20, 2008End Date: Reapplication not before February 20, 2010

Contractor: Cape Cod Builders and General Contracting, Inc.7 Herring Pond RoadPlymouth, MA 02360

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: March 20, 2008End Date: Reapplication not before March 20, 2009

Page 6: Crematory 20100414 Central Register

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

AGENCY:Boston, City of Fire Department/Fire Headquarters115 Southampton St.Boston, MA 02118

John J. Foley, Procurement & Grants Manager

PHONE: 617-343-3783

PROJECT: Overseeing the construction of a new Type II Fire Boat to serve the City of Boston and the Boston Harbor.

Call or email questions to John Foley, Procurement and Grants Manager, Boston Fire Headquarters at 617-343-3783 or [email protected].

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 617-343-3329

Designer's Fee: Negotiated Estimated Construction Cost: $4.4 Million

SCOPE: The Department is seeking the services of a Marine Engineer or equal to serve as a Project Manager throughout the execution of the construction contract.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:4/30/10 @ 12:00 P.M.

Time Period for Completed Project:18 - Months

CONTRACT INFORMATION:

Marine Engineer

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 4/12/10

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

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

Bid Counter

PHONE: 617-635-4809

PROJECT: Deer Park Maintenance Facility.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 6940

ADDITIONAL INFORMATION

FAX: 617-635-0555

Designer's Fee: Negotiated Estimated Construction Cost: $293,659.00

SCOPE: Historically significant building envelope repairs including stone masonry repointing, window replacement and lintel repairs, Building systems upgrades and replacement for Electrical, Plumbing and HVAC, Renovate bathroom.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:4/28/10 @ 4:00 P.M.

Time Period for Completed Project:156 - Weeks

CONTRACT INFORMATION:

Structural Engineer, Plumbing Engineer, Electrical Engineer, Building Envelope Specialist, HVAC Engineer,Hazardous Materials Consultant, Fire Protection En

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Bid Counter Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M and 1:00 P.M. - 4:00 P.M.

EMAIL:

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

1

Page 7: Crematory 20100414 Central Register

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

AGENCY:Duxbury, Town of Crematory Building Committee878 Tremont St.Duxbury, MA 02332

Scott J. Lambiase

PHONE: 781-934-1100 ext. 146

PROJECT: The Town of Duxbury through its duly established Crematory Building Committee is issuing this Request for Qualifications (RFQ) soliciting proposals from qualified architectural firms for the design, preparation of plans and specifications, bidding and construction administration in connection with a new crematory facility and cemetery office facility on town cemetery land.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 01-2011

ADDITIONAL INFORMATION

FAX: 781-934-1118

Designer's Fee: Negotiated Estimated Construction Cost: $2.6 Million

SCOPE:

BRIEFING SESSION: 4/28/10 at 1:00 P.M. in the Mural Room at 878 Tremont St., Duxbury.

DEADLINE FOR APPLICATION FORM:5/5/10 @ 2:00 P.M.

Time Period for Completed Project:December 2011

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Online at www.town.duxbury.ma.us/Public_Documents/DuxburyMA_Inspectional/index

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Hanover, Town of School Committee188 BroadwayHanover, MA 02339

Joanne McDonough

PHONE: 781-878-0786

PROJECT: Architectural and Engineering services for various projects.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: ARCH&ENG2010

ADDITIONAL INFORMATION

FAX: 781-871-3374

Designer's Fee: Negotiated Estimated Construction Cost: $750,000

SCOPE: Projects include a boiler replacement, a handicap bathroom installation, HVAC projects, handicap accessibility design services and various small project services.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:4/30/10 @ 2:00 P.M.

Time Period for Completed Project:Various

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY:

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

2

Page 8: Crematory 20100414 Central Register

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

AGENCY:Hanover, Town of School Committee188 BroadwayHanover, MA 02339

Joanne McDonough

PHONE: 781-878-0786

PROJECT: Lighting Energy Conservation Project at Hanover Middle School.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: MSLIGHT2010

ADDITIONAL INFORMATION

FAX: 781-871-3374

Designer's Fee: Set Fee $15,000Estimated Construction Cost: $150,000

SCOPE: Determine appropriate changes to lighting to conserve energy and qualify for rebates from the utility company.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:4/30/10 @ 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

AGENCY:Hopkinton, Town ofDepartment of Public WorksP.O. Box 20966 Fruit St.Hopkinton, MA 01748

J.T. Gaucher, P.E. Director

PHONE: 508-497-9740

PROJECT: Elm Street Sanitary Sewer and Roadway Improvements, Hopkinton.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 508-497-9761

Designer's Fee: Set Fee Estimated Construction Cost: $1,100,000

SCOPE: Design replace/abandon 2,800 linear feet of sewer forcemain and install gravity sewer and appurtenances. Design 3,400 linear feet of roadway improvements including sidewalks, berm and resurfacing.

BRIEFING SESSION: Mnadatory Pre-Bid Conference: 4/22/10 at 1:00 P.M.

DEADLINE FOR APPLICATION FORM:4/28/10 @ 1:00 P.M.

Time Period for Completed Project:May 2010 - December 2010

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 4/6/10

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

3

Page 9: Crematory 20100414 Central Register

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

AGENCY:Medway, Town of 155 Village St.Medway, MA 02053

Susan Affleck-Childs, Planning & Economic Development Coordinator

PHONE: 508-533-3291

PROJECT: Engineering, Plan Review and Construction Inspection Services.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 508-533-3287

Designer's Fee: Negotiated Estimated Construction Cost:

SCOPE: On-call Contract to assist various Town boards/committees, primarily the Planning and Economic Development Board, and various Town departments.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:4/28/10 @ 11:00 A.M.

Time Period for Completed Project:6/30/11

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Please call or email to receive the RFP.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Wellesley, Town of Natural Resources Commission525 Washington St.Wellesley, MA 02482

Janet Hartke Bowser, NRC Director

PHONE: 781-431-1019 ext. 2290

PROJECT: Conceptual Design Services for the Preservation, Rehabilitation and Restoration of Fuller Brook Park. The Wellesley Natural Resources Commission proposes to preserve and restore the aesthetics and the cultural and historic integrity of the Fuller Brook Park, as well as rehabilitate the Park’s infrastructure and ecological environment. The goal of this project is to revitalize the existing Park in the spirit of its original creators through cohesive plantings, path systems, improvements to the Park’s infrastructure, including its streamcourse and storm water drainage systems.

A Master Plan was completed for the Fuller Brook Park in 2009. The present scope of work in this conceptual design RFP seeks to advance many of the recommendations of this Master Plan while revising others and addressing missing links that were not the focus of the Master Plan.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX:

Designer's Fee: Set Fee $135,000Estimated Construction Cost:

SCOPE: Design treatments for paths, slopes, drainage systems, stream bed and embankments, vegetation and invasive removal. Develop alternatives and reach consensus on final design and develop conceptual cost estimates and phasing plans for implementation.

BRIEFING SESSION: 4/30/10 at 9:00 A.M. at the above agency address.

DEADLINE FOR APPLICATION FORM:5/21/10 @ 12:00 P.M.

Time Period for Completed Project:July 2010 - June 2011

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY:

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

4

Page 10: Crematory 20100414 Central Register

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

AGENCY:Wilmington, Town of 121 Glen Rd.Wilmington, MA 01887

George W. Hooper II, Public Buildings Superintendent

PHONE: 978-658-3017

PROJECT: Designer Services for Window Replacement at the Shawsheen School.

Please direct questions concerning the scope of work to George Hooper, Public Buildings Superintendent.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 978-658-6506

Designer's Fee: Negotiated Estimated Construction Cost: $620,000

SCOPE: Engineering/architectural services, preparation of construction bid documents, assist with bid process, supervise and inspect window installation and ensure "punch list" tasks are completed by contractor.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:5/6/10 @ 2:00 P.M.

Time Period for Completed Project:Complete design by mid-July 2010

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 4/14/10

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Convention Center Authority, Massachusetts415 Summer St.Boston, MA 02210

Theresa Ruane

PHONE: 617-954-2177

PROJECT: Request For Proposals for Design Services Support for Convention Partnership.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

ADDITIONAL INFORMATION

FAX: 617-954-2299

Designer's Fee: Negotiated Estimated Construction Cost:

SCOPE: Design Services to support the information assembly, review, analysis and recommendation formation of the Convention Partnership.

BRIEFING SESSION: 4/23/10

DEADLINE FOR APPLICATION FORM:4/30/10 @ 12:00 P.M.

Time Period for Completed Project:

CONTRACT INFORMATION:

Traffic & Transportation, Parking Planning & Analysis

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 4/9/10 by contacting the Contract Administrator at [email protected].

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

5

Page 11: Crematory 20100414 Central Register

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

AGENCY:Port Authority, MassachusettsCapital Programs DepartmentOne Harborside DriveEast Boston, MA 02128

Catherine Wetherell

PHONE: 617-568-5950

PROJECT: Waterproofing, Dampproofing and Caulking Trade Contracts.

A Supplemental Information Package that discusses these Evaluation Criteria and the Pre-qualification Process in more detail, as well as any other requirements for the Qualification Statements, will be available to interested parties beginning 4/9/10 by contacting Colleen LaGrasso at [email protected].

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: L1083-C1A

ADDITIONAL INFORMATION

FAX: 617-568-5998

Designer's Fee:Estimated Construction Cost: $230,000

SCOPE: Qualification Statements are being requested from trade contractors capable of performing waterproofing, dampproofing and caulking.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:04/29/2010 @ 12:00 PM

Time Period for Completed Project:

CONTRACT INFORMATION:

Waterproofing, Dampproofing and Caulking

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY:

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

AGENCY:Transportation, Department of (MassDOT)Highway Division10 Park Plaza Room 6340Boston, MA 02116

Robert Willoth, Project Manager

PHONE: 617-973-7874

PROJECT: Provide statewide professional engineering design and review services to MassDOT on a task order basis for various highways and bridge projects.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 201004SEDRS

ADDITIONAL INFORMATION

FAX: 617-973-7554

Designer's Fee: $2,000,000.00Estimated Construction Cost:

SCOPE:

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:5/12/10 @ 3:00 P.M.

Time Period for Completed Project:5 - Years w/ 3 - Year Option

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: Online at www.comm-pass.com (RFR Solicitation Document ID #201004SEDRS).

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

6

Page 12: Crematory 20100414 Central Register

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

AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129

John Gregoire

PHONE: 617-242-6000

PROJECT: RFQ/P Dam Safety Inspections.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: OP-127

ADDITIONAL INFORMATION

FAX: 617-788-4896

Designer's Fee:Estimated Construction Cost:

SCOPE: Phase I Safety Inspections of MWRA/DCR Significant and High Hazard Dams.

BRIEFING SESSION:

DEADLINE FOR APPLICATION FORM:5/10/10 @ 11:00 A.M.

Time Period for Completed Project:

CONTRACT INFORMATION:

SPECIFIC DESIGNER SERVICES

Specify

PROJECT PROGRAM AVAILABILITY: 4/12/10 on the Comm-PASS Website at www.comm-pass.com.

EMAIL: [email protected]

Architect PlannerLandscape Architect ProgrammerEngineer Land Surveyor Space Planner Project Manager

Other

7

Page 13: Crematory 20100414 Central Register

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

AGENCY:Alford, Town of Select Board5 Alford Center Rd.Alford, MA 01230

Above agency address, 4/6/10 after 10:00 A.M.

PHONE: 413-528-6327CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Supply and construct approximately 30'x50' equipment storage building with connector to existing highway garage. Structure to be metal frame with concrete floor, foundation, overhead doors, dry storage, loft storage.

ESTIMATED COST: $175,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 10:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Monty Green EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Amherst, Town of4 Boltwood Ave.Amherst, MA 01002

Ford Gillen Architects, Inc., 409 Main St., Amherst, MA 01002, 4/14/10 at 1:00 P.M.

PHONE: 413-253-2529CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-256-1553

PROJECT:Jones Library Exterior Repainting, 43 Amity St., Amherst.

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: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Walk-through: 4/20/10 at 1:00 P.M. at the Jones Library Amherst Room, 2nd Floor. Plan Deposit is $50 (refundable) per set, payable to the Town of Amherst. Mailing fee is $15 (non-refundable) per set, payable to Ford Gillen Architects. The Town of Amherst has a Responsible Contractor Ordinance in place. The Bidder must submit a Sponsor Verification form (617-626-5409) at the time of bid submission.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

William Gillen EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

8

Page 14: Crematory 20100414 Central Register

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

AGENCY:Ashland, Town ofPublic Schools87 West Union St.Ashland, MA 01721

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: 781-494-9000CONTACT INFORMATION

PROJECT NUMBER: 822040

FAX: 781-494-9007

PROJECT:Roof Replacement and Associated Work at the David Mindess Elementary School, 90 Concord St., Ashland.

ESTIMATED COST: $2,300.000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: Acoustical Ceilings, Masonry, Plumbing, Roofing

SUB BID DEADLINE: 4/26/10 @ 3:00 P.M. GENERAL BID DEADLINE: 5/3/10 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Conference: 4/20/10 at 3:30 P.M. at David Mindess School, 90 Concord St., Ashland. There is a plan deposit of $60/set (refundable), electronically paid or in the form of a certified or cashiers check, payable to BidDocs Online, Inc. Mailing fee is $40/set (non-refundable, electronically paid or in the form of a certified or cashiers check, payable to to BidDocs Online, Inc. All Plan Holders or Bidders must register with BidDocs Online in order to receive addenda, File Sub-Bid Tabulation, etc.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Peter D. Collins EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Bolton, Town of 663 Main St.Bolton, MA 01740

Above agency address, 4/14/10 at 12:00 P.M.

PHONE: 978-779-3300CONTACT INFORMATION

PROJECT NUMBER: PSB LAND1

FAX: 978-779-5461

PROJECT:Landscaping for the Bolton Public Safety Center. Scope of project includes final grading and soil amendments (as required), planting of trees and bushes (including staking, as required), mulch and installation of privacy fence and small retaining wall.

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: 4/28/10 @ 1:00 P.M.

ADDITIONAL INFORMATION Perimeter work to be bid as base bid. Building work to be bid as an ad alternate. There will be one site walk. The date and time will be provided with the specs.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Donald Lowe EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

9

Page 15: Crematory 20100414 Central Register

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

AGENCY:Boxford, Town ofPublic Schools28 Middleton Rd. Boxford, MA 01921

Above agency address, 4/14/10 at 11:00 A.M.

PHONE: 978-887-0771CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-887-8042

PROJECT:Roof Replacement Project at Harry Lee Cole Elementary School, 26 Middleton Rd., Boxford. Project consists of roof replacement to Boxford Cole Elementary School. General bidders must be DCAM Certified in Roofing.

ESTIMATED COST: $565,000

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: Waterproofing, Dampproofing and Caulking

SUB BID DEADLINE: 4/29/10 @ 1:00 P.M. GENERAL BID DEADLINE: 5/6/10 @ 1:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 4/21/10 at 1:00 P.M. at Cole Elementary School. A refundable deposit of $100 will be required for each set of Contract Documents. A non-refundable fee of $50 paid in advance will be charged per set of Contract Documents should such be mailed.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Stephen Clifford EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Brookline, Town of Building Department333 Washington St. 3rd FloorBrookline, MA 02445

Above agency address, 4/14/10 after 2:00 P.M.

PHONE: 617-730-2100CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-739-7542

PROJECT:Putterham Branch Library Roofing and Photovoltaic Installation.

ESTIMATED COST: $200,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: Electrical

SUB BID DEADLINE: 4/29/10 @ 2:00 P.M. GENERAL BID DEADLINE: 5/13/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid site visit: 4/22/10 at 10:00 A.M. at the Putterham Branch Library, 959 West Roxbury Parkway, Brookline.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Anthony Guigli EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

10

Page 16: Crematory 20100414 Central Register

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

AGENCY:Cambridge, City of ***REVISED***Housing Authority675 Massachusetts Ave.Cambridge, MA 02139

***Above agency address or online at www.cambridge-housing.org, 4/7/10.

PHONE: 617-520-6237CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-547-9821

PROJECT:Request for Qualifications for Trades to be Pre-Qualified: Masonry, Misc. Metals, Roofing, Metal Windows, Ceramic Tile, Resilient Flooring, Painting, Plumbing, HVAC, Electrical for work associated with the Revitalization of LB Johnson Apartments, Cambridge.

ESTIMATED COST: $19,000,000

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, Roofing, Metal Windows, Ceramic Tile, Resilient Flooring, Painting, Plumbing, HVAC, Electrical

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/22/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Trade Contractors must submit one original and six completed copies of the Statement of Qualifications (SOQ) package. There will be no public opening of responses.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Robert Labrecque EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Chicopee, City of Purchasing Department274 Front St.Chicopee, MA 01013

Above agency address, 4/14/10 after 2:00 P.M.

PHONE: 413-594-1556CONTACT INFORMATION

PROJECT NUMBER: 10/25

FAX: 413-594-1577

PROJECT:Chicopee Flood Control Works Pump Station Repairs.

ESTIMATED COST: $600,000

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: 07542-Fully Adhered Thermoplastic Membrane Roofing, 15010-Mechanical, 15011-Plumbing, 16010-Electrical

SUB BID DEADLINE: 5/6/10 @ 11:00 A.M. GENERAL BID DEADLINE: 5/13/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Site Visit and Pre-Bid Conference: 4/27/10 at 10:00 A.M. at the Administration Building, 80 Medina St., Chicopee. A $50.00 plan deposit is required in the form of a certified check or money order, payable to the City of Chicopee, refundable upon return of documents in good condition within 30 days of the bid opening. Bidders requesting documents to be mailed must include a separate non-refundable check for $25.00/set, payable to the City of Chicopee to cover mailing costs. Sets must be sent to a street address, not to a P.O. Box.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Brian Salamon EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

11

Page 17: Crematory 20100414 Central Register

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

AGENCY:Chicopee, City ofMaintenance Division17 Springfield St.Chicopee, MA 01013

PHONE: 413-594-1533CONTACT INFORMATION

PROJECT NUMBER: Quote

FAX: 413-594-1535

PROJECT:Replace Hydraulic Elevator Pump with New Power Unit.

ESTIMATED COST: $10,000 - $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: 4/28/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Please Contact Earl Desrochers, City Hall Maintenance at 413-594-1533.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Earl Desrochers, Maintenance Dir EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Chicopee, City ofWestover Metropolitan Development Corporation255 Padgette St.Chicopee, MA 01022

Stantec Consulting Services Inc., 22 Free St., Portland, ME 04101, 207-775-3211, 4/14/10 at 12:00 P.M.

PHONE: 207-775-3211CONTACT INFORMATION

PROJECT NUMBER: AIP No. 3-25-0061-22-2010

FAX: 207-775-6434

PROJECT:Reconstruction/Expansion and Repair of Terminal Apron and Rehabilitation of Taxiway "S".

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:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid Conference: 4/21/10 at 11:00 A.M. at the Airport Director's office. This will be the only opportunity for bidders to view the project site. Non-refundable deposit of $75 for bid documents in the form of Checks, payable to the Westover Metropolitan Development Corp.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jim McLaughlin EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

12

Page 18: Crematory 20100414 Central Register

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

AGENCY:Concord, Town of P.O. Box 53522 Monument SquareConcord, MA 01742

PHONE: 978-318-3039CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-318-3093

PROJECT:The Town of Concord is requesting quotes for the purchase and installation of a Shaftway Vertical Wheelchair Platform Lift at an ADA-compliant entryway to the Concord Town House.

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: 4/28/10 @ 200 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jon Harris EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Danvers, Town of 1 Sylvan St.Danvers, MA 01923

DiNisco Design Partnership, 87 Summer St., Boston, MA 02110, 4/14/10.

PHONE: 617-426-2858CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-426-1457

PROJECT:Danvers High School Dunn Building Upgrades: Selective interior demolition and construction to reconfigure portions of the existing Dunn Middle School Building to serve as temporary space for the High School.

ESTIMATED COST: $95,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 12:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Conference: 4/20/10 at 3:00 P.M. at Danvers High School, 60 Cabot St., Danvers. Deliver bids to Diane Norris, Assistant Town Manager at the above agency address.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rick Rice, DiNisco Design Partnership EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

13

Page 19: Crematory 20100414 Central Register

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

AGENCY:Danvers, Town of 1 Sylvan St.Danvers, MA 01923

DiNisco Design Partnership, 87 Summer St., Boston, MA 02110, 4/21/10

PHONE: 617-426-2858CONTACT INFORMATION

PROJECT NUMBER:

FAX: 617-426-1457

PROJECT:Danvers High School Asbestos Abatement and Building Demolition: Asbestos abatement and full demolition of portions of the existing Danvers High School building, including removal of foundations and construction of temporary enclosures and access corridors for portions of the building remaining in use by the school.

ESTIMATED COST: $620,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 12:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Conference: 4/29/10 at 2:00 P.M. at Danvers High School, 60 Cabot St., Danvers. Deliver bids to Diane Norris, Assistant Town Manager at the above agency address.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Rick Rice, DiNisco Design Partnership EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Danvers, Town of 1 Sylvan St.Danvers, MA 01923

From Paul Griffin, Owner's Project Manager at C.M.S., Inc., 270 Main St., Marlborough, MA 01752 or by email request to [email protected].

PHONE: 508-786-0600CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-786-0608

PROJECT:Request for Qualifications (RFQ) for General Contractors and filed Sub-Bid Contractors pursuant to M.G.L. c. 149, § 44D¾ and 810 CMR 10.00. The Town of Danvers would like to pre-qualify General Contractors and Sub-bidders for the listed sub-bid categories for the Danvers High School. The project consists of additions (totaling 92,000 square feet) and renovations (totaling 157,000 square feet) to the existing Danvers High School. The construction will be phased construction to allow occupancy by the school. A separate bid package will be awarded for the abatement and demolition of a portion of the existing school building during the summer of 2010. All firms must pre-qualify for this project.

ESTIMATED COST: $60,000,000

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. & Ornamental Iron; Waterproofing; Roofing & Flashing; Metal Windows; Glass&Glazing; Tile; Acoustical Tile; Resilient Floors; Painting; Elevators; Fire Protection; HVAC; Electrical

SUB BID DEADLINE: 4/29/10 @ 1:00 P.M. GENERAL BID DEADLINE: 4/29/10 @ 1:00 P.M.

ADDITIONAL INFORMATION Deliver bids to C.M.S., Inc., 270 Main St., Marlborough, MA 01752.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Paul Griffin, Owner's Project Manager EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

14

Page 20: Crematory 20100414 Central Register

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

AGENCY:Dartmouth, Town of Board of Public WorksDepartment of Public Works759 Russells Mills Rd.Dartmouth, MA 02748

Above agency address, 4/14/10. Office Hours: Monday - Friday, 7:00 A.M. - 3:30 P.M.

PHONE: 508-999-0740CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-999-0762

PROJECT:Joint and Crack Sealing, Various Roads in the Town of Dartmouth.

ESTIMATED COST: $175,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 10:30 A.M.

ADDITIONAL INFORMATION Pre-bid Conference: 4/21/10 at 2:00 P.M. MassHighway Pre-qualification required. $100.00 bid package deposit, refundable to formal bidders. Informational packages are $25.00 (non-refundable). Mailing and handling fee is $50.00.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

David T. Hickox, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:East Longmeadow, Town of Department of Public Works60 Center SquareEast Longmeadow, MA 01028

Above agency address.

PHONE: 413-525-5400 ext.1202CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-525-5413

PROJECT:New Oak Hardwood Flooring at the Senior Center.

ESTIMATED COST: $80,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

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

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Bruce Fenney EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

15

Page 21: Crematory 20100414 Central Register

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

AGENCY:Fairhaven, Town of Board of Public Works5 Arsene St.Fairhaven, MA 02719

4/14/10.

PHONE: 508-979-4032CONTACT INFORMATION

PROJECT NUMBER: W1-2010

FAX: 508-979-4086

PROJECT:The scope of work includes the removal and installation of water distribution system piping and materials.

ESTIMATED COST: $60,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 10:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Edward L. Fortin, Water Superintendent EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Fitchburg, City of ***RE-ADVERTISED***Office of the Purchasing Agent718 Main St.Fitchburg, MA 01420

Above agency address, 4/14/10 after 2:30 P.M.

PHONE: 978-345-9576CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-345-9588

PROJECT:Asphalt Crack Sealing on Roadways. The term of the contract is two years. Estimated quantities are provided for bid purposes. Work location is Citywide. Work will be ordered on an as needed basis.

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:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Bid Documents will be provided to bidders who submit MassHighway Pre-qualification. Bid documents furnished at no charge.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Lois Ogilvie EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

16

Page 22: Crematory 20100414 Central Register

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

AGENCY:Franklin, Town of Purchasing OfficeMunicipal Building355 East Central St. Room 206Franklin, MA 02038

Above agency address, 4/15/10 after 10:30 A.M. Plans available Monday - Thursday only.

PHONE: 508-520-4918CONTACT INFORMATION

PROJECT NUMBER: 2010-22

FAX: 508-541-5253

PROJECT:Install new ductile iron water mains, water service connections and associated valves, fittings, hydrants along Emmons St./Main St.

ESTIMATED COST: $901,950.

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 10:30 A.M.

ADDITIONAL INFORMATION Info session: 4/29/10. No Plan Deposit required for pick up of documents. Mail fee is $100 (non-refundable), payable to the Town of Franklin. The Town will not participate in any overnight delivery methods.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Norma Collins, CPO EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Franklin, Town ofPurchasing OfficeMunicipal Building355 East Central StreetFranklin, MA 02038

Above agency address or by email request to [email protected], 4/15/10 at 10:30 A.M. IFB available Monday - Thursday only.

PHONE: 508-520-4918CONTACT INFORMATION

PROJECT NUMBER: 2010-23

FAX: 508-541-5253

PROJECT:Multi-year Bituminous Hot Mix and Berm Mix Pickup by Town from 5/15/10 - 12/31/11.

ESTIMATED COST: $18,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 10:30 A.M.

ADDITIONAL INFORMATION There are no fees for the IFB.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Norma R. Collins, CPO EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

17

Page 23: Crematory 20100414 Central Register

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

AGENCY:Great Barrington, Town of 334 Main St.Great Barrington, MA a01230

Above agency address or by email request to [email protected].

PHONE: 413-528-0867CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-528-2290

PROJECT:FY 2010 Cemetery Monument Repairs Project.

ESTIMATED COST: $28,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Joe Sokul EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Hanover, Town of Board of Public Works40 Pond St.Hanover, MA 02339

Above agency address, 4/12/10 at 8:00 A.M.

PHONE: 781-826-3189CONTACT INFORMATION

PROJECT NUMBER: FY11 - 3 - Bituminous Concrete

FAX: 782-826-8915

PROJECT:Annual bid to supply and install type I bituminous concrete on various town roads and properties.

ESTIMATED COST: $500,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Victor J Diniak EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

18

Page 24: Crematory 20100414 Central Register

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

AGENCY:Hanover, Town of Board of Public Works40 Pond St.Hanover, MA 02339

Above agency address, 4/12/10 at 8:00 A.M.

PHONE: 781-826-3189CONTACT INFORMATION

PROJECT NUMBER: FY11 - 5 - Flowable fill

FAX: 782-826-8915

PROJECT:Annual bid to supply controlled density flowable fill on various town roads and properties.

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: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Victor J Diniak EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Hanover, Town of Board of Public Works40 Pond St.Hanover, MA 02339

Above agency address, 4/12/10 at 8:00 A.M.

PHONE: 781-826-3189CONTACT INFORMATION

PROJECT NUMBER: FY11 - S-3 - Equipment Rental

FAX: 782-826-8915

PROJECT:Annual bid to supply rental equipment with and without operators for use on various town roads and properties.

ESTIMATED COST: $75,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Victor J Diniak EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

19

Page 25: Crematory 20100414 Central Register

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

AGENCY:Hanover, Town of Board of Public Works40 Pond St.Hanover, MA 02339

Above agency address, 4/12/10 at 8:00 A.M.

PHONE: 781-826-3189CONTACT INFORMATION

PROJECT NUMBER: FY11 - S-7 - Trench Repairs

FAX: 782-826-8915

PROJECT:Annual bid to perform trench and sidewalk repairs on various town roads and properties.

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: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Victor J Diniak EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Hanover, Town ofBoard of Public Works40 Pond St.Hanover, MA 02339

Above agency address, 4/12/10 at 8:00 A.M.

PHONE: 781-826-3189CONTACT INFORMATION

PROJECT NUMBER: FY11 - S-6 - Drainage Adjust

FAX: 782-826-8915

PROJECT:Annual bid to adjust drainage structures on various town roads and properties.

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: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Victor J Diniak EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

20

Page 26: Crematory 20100414 Central Register

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

AGENCY:Hudson, Town ofLight and Power Department77 Cherry St.Hudson, MA 01749

Online at www.hudsonlight.com.

PHONE: 978-568-8736CONTACT INFORMATION

PROJECT NUMBER: Stack Roof

FAX: 978-562-1389

PROJECT:Cherry Street Station Stack Roof.

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: 4/29/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 4/20/10 at 10:00 A.M. at the above agency address.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Brian Choquette EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Kingston, Town ofHousing Authority15 Hillcrest Rd.Kingston, MA 02364

By contacting the Kingston Housing Authority at 781-585-8028, 4/1/10.

PHONE: 781-585-8028CONTACT INFORMATION

PROJECT NUMBER: WP1012

FAX: 781-585-7544

PROJECT:The Kingston Housing Authority invites bids from contractors for Labor Services to install 52 toilets for their elderly and handicapped Massachusetts public housing developments located in Kingston in accordance with the contract documents. The project consists of replacing existing water closets and shower heads with low flow models provided by the Owner.

ESTIMATED COST: $11,440.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 1:00 P.M.

ADDITIONAL INFORMATION Walk-through: 4/14/10 at 11:00 A.M. at 15 Hillcrest Rd., Kingston. Bids may be mailed to the above agency address and must be received no later than the deadline. All bids must be clearly marked "Low Flow Toilet Procurement Project". Bids are subject to M.G.L. c. 149, §§ 26 - 27H. A 50% payment bond will be required.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jennifer Russell EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

21

Page 27: Crematory 20100414 Central Register

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

AGENCY:Lee, Town ofHousing Authority155 Marble St.Lee, MA 01238

Reinhardt Associates, Inc., 430 Main St., Agawam, MA 01001, 4/14/10 after 12:00 P.M.

PHONE: 413-786-9600CONTACT INFORMATION

PROJECT NUMBER: 275019

FAX: 413-786-8699

PROJECT:Paving, Sidewalk and Drainage Improvements at William J. Brown Court (667-1).

ESTIMATED COST: $237,100

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 12:00 P.M.

ADDITIONAL INFORMATION Pre-Bid walk-through: 4/22/10 at 10:00 A.M. at 155 Marble St., Lee.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Craig Spice EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Leominster, City ofOffice of the Purchasing Agent25 West St.Leominster, MA 01453

Above agency address, 4/14/10.

PHONE: 978-534-7507 ext. 243CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-534-7508

PROJECT:Street Resurfacing 2010. Three streets included in this bid. The major street requires full depth reclamation.

ESTIMATED COST: $400,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION There is no deposit or mailing fee required to take out a bid document. To arrange for mailing of the bid document, please contact Linda Salvatelli at [email protected] or 978-534-7507 ext. 243.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Linda Salvatelli, Purchasing secretary EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

22

Page 28: Crematory 20100414 Central Register

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

AGENCY:Lexington, Town of Purchasing1625 Massachusetts Ave. Room #105Lexington, MA 02420

Above agency address.

PHONE: 781-862-0500 ext. 221CONTACT INFORMATION

PROJECT NUMBER: #10-36

FAX: 781-861-2794

PROJECT:Repair damaged catch basins and manholes throughout town as needed. Town will supply castings, brick and block. One year contract.

ESTIMATED COST: $50,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

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

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

James M. Mclaughlin EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Littleton, Town ofBoard of SelectmenP.O. Box 130537 Shattuck St.Littleton, MA 01460

Littleton Highway Department, 39 Ayer Rd., Littleton, MA 01460, 4/14/10. Office Hours: Monday - Thursday, 7:30 A.M. - 3:00 P.M.

PHONE: 978-540-2670CONTACT INFORMATION

PROJECT NUMBER: 5/6/10-2

FAX: 978-486-8758

PROJECT:Reconstruction of a road within the Town of Littleton.

ESTIMATED COST: $414,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 7:30 A.M.

ADDITIONAL INFORMATION MassHighway "Certificate of Approval" required. Sealed bids will be received by the Littleton Highway Department, P.O. Box 1305, 39 Ayer Rd., Littleton, MA 01460.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Jim Clyde EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

23

Page 29: Crematory 20100414 Central Register

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

AGENCY:Lowell, City of Purchasing Department375 Merrimack St.Lowell, MA 01852

Above agency address, 4/14/10 at 9:00 A.M.

PHONE: 978-970-4110CONTACT INFORMATION

PROJECT NUMBER: 10-42 Cemetery Wall

FAX: 978-970-4114

PROJECT:School Street Cemetery Wall Replacement Project.

ESTIMATED COST: $90,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 11:30 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

P. Michael Vaughn EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

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

Above agency address, 4/14/10 at 8:30 A.M. Office Hours: Monday, Wednesday and Thursday, 8:30 A.M. - 4:00 P.M.; Tuesday, 8:30 A.M. - 8:00 P.M.; Friday, 8:30 A.M. - 12:30 P.M.

PHONE: 781-586-6893CONTACT INFORMATION

PROJECT NUMBER: 03-43

FAX: 781-477-7027

PROJECT:Replacement of Boiler Tubes for the City of Lynn. Contract Duration is three years.

ESTIMATED COST: $50,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION This project is bid under M.G.L. c. 30, § 39M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Charles E. White EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

24

Page 30: Crematory 20100414 Central Register

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

AGENCY:Lynn, City ofWater and Sewer CommissionPurchasing Department400 Parkland Ave.Lynn, MA 01905

Above agency address, 781-596-2400, 4/15/10.

PHONE: 781-596-2400 ext. 215CONTACT INFORMATION

PROJECT NUMBER: 10-06

FAX: 781-595-1420

PROJECT:Woodland South Drain Project 2010: Installation of Approximately 500 Linear Feet of 15" PVC Drain Pipe with Tie into Existing Drain Manholes, Coring of Existing Drain Manholes, Shoring Of Trench, Backfilling, Paving as Directed.

ESTIMATED COST: $40,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

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

ADDITIONAL INFORMATION Plans are free of charge. Please call the Purchasing Department for a copy.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Purchasing Department EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Marlborough, City of Public Facilities DepartmentHildreth School85 Sawin St.Marlborough, MA 01752

Above agency address, 4/20/10 at 8:00 A.M.

PHONE: 508-460-3521CONTACT INFORMATION

PROJECT NUMBER: 149.PF.2010-022

FAX: 508-460-3565

PROJECT:Replacement of steel roof with a fiberglass system, replacement of the upper and lower steel walkways, replacement of access ladders and painting of the entire structure.

ESTIMATED COST: $750,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/13/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Meeting: 4/27/10 at 11:00 A.M. at 97 Arnold St., Marlborough.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

John L. Ghiloni EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

25

Page 31: Crematory 20100414 Central Register

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

AGENCY:Marlborough, City of Public Facilities DepartmentHildreth School85 Sawin St.Marlborough, MA 01752

Above agency address.

PHONE: 508-460-3521CONTACT INFORMATION

PROJECT NUMBER: 149.PF.2010.019

FAX: 508-460-3565

PROJECT:New 100KW, diesel, self contained generator and related automatic transfer switch to replace existing unit.

ESTIMATED COST: $90,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid Meeting: 4/20/10 at 11:00 A.M. at the Department of Public Works, 135 Neil St., Marlborough.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

John L. Ghiloni EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Mashpee, Town ofWater District79 Industrial DriveMashpee, MA 02649

Stantec, 5 LAN Drive Suite 300, Westford, MA 01886, 4/15/10 at 12:00 P.M.

PHONE: 978-577-1411CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-692-4578

PROJECT:Turner Road Well No. 2 Pump Station Improvements. DCAM Certificate: Water Treatment Plants.

ESTIMATED COST: $300,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: Electrical

SUB BID DEADLINE: 4/29/10 @ 11:00 A.M. GENERAL BID DEADLINE: 5/6/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Plan deposit is $100.00, Handling fee is $50.00.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Tom Mahanna EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

26

Page 32: Crematory 20100414 Central Register

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

AGENCY:Medford, City of Office of Procurement85 George P. Hassett Drive Room 205Medford, MA 02155

Above agency address, 4/14/10 after 2:00 P.M.

PHONE: 781-393-2465CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Installation of Traffic Poles and Signals.

ESTIMATED COST: $13,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION A $75.00 bid deposit is due upon receipt of the bid specifications.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Catherine M. D'Orazio, MCPPO EMAIL:

CONTRACTOR QUALIFICATION:

AGENCY:Medford, City of Office of Procurement85 George P. Hassett Drive Room 205Medford, MA 02155

4/14/10 after 2:00 P.M.

PHONE: 781-393-2465CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-391-2078

PROJECT:Pulverization of Various Roads.

ESTIMATED COST: $250,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 11:00 A.M.

ADDITIONAL INFORMATION A $75.00 refundable bid deposit is required in order to obtain bids and specifications. Each contractor must be pre-qualified by the MassHighway Department and submit to the City of Medford a "Certificate of Approval" prior to receiving the official plans and specifications.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Catherine M. D'Orazio EMAIL:

CONTRACTOR QUALIFICATION: Department of Highway

27

Page 33: Crematory 20100414 Central Register

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

AGENCY:Medford, City of Office of Procurement85 George P. Hassett Drive Room 205Medford, MA 02155

4/14/10 after 2:00 P.M.

PHONE: 781-393-2465CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-391-2078

PROJECT:Furnish, Deliver and Install Tree Planting City-Wide. The term of the contract is for one year with the sole option of the City of Medford to renew for two additional one year terms.

ESTIMATED COST: $30,000.00/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: 4/28/10 @ 11:00 A.M.

ADDITIONAL INFORMATION A $75.00 refundable bid deposit is required in order to obtain plans and specifications.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Catherine M. D'Orazio EMAIL:

CONTRACTOR QUALIFICATION:

AGENCY:Middleton, Town of 48 South Main St.Middleton, MA 01949

Durland Van Voorhis Architects, 628 Pleasant St., New Bedford, MA 02740, 4/15/10.

PHONE: 508-993-6567CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-993-6581

PROJECT:Demolition of existing exterior concrete stair and construction of a new granite stair.

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: 5/5/10 @ 11:00 A.M.

ADDITIONAL INFORMATION A $25 refundable deposit is required for bid documents in the form of cash, certified check or money order, payable to the Town of Middleton. Please include $20 mail fee, payable to Durland Van Voorhis Architects.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Deborah Durland, Durland Van Voorhis Architects EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

28

Page 34: Crematory 20100414 Central Register

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

AGENCY:Monroe, Town of 3C School St.Monroe, MA 01350

By request at Monroe Town Office, 413-424-5272, Monday - Wednesday, 8:00 A.M. - 12:00 P.M.

PHONE: 413-424-5272CONTACT INFORMATION

PROJECT NUMBER: 1-2010

FAX: 413-424-5272

PROJECT:Reconstructing a storm damaged portion of Kingsley Hill Rd.

ESTIMATED COST: $175,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 6:00 P.M.

ADDITIONAL INFORMATION Project must be completed by 10/31/10. All bidders must be pre-qualified with MassHighway Department prior to bidding.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Monroe Town Office EMAIL:

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Montague, Town ofHousing Authority41 Sunrise TerraceTurners Falls, MA 01376

Above agency address, 413-863-8445, Fax 413-863-2142, Monday - Friday, 9:00 A.M. - 2:00 P.M.

PHONE: 413-863-8445CONTACT INFORMATION

PROJECT NUMBER: 192018

FAX: 413-863-2142

PROJECT:Installation of 60 units toilets as part of DHCD's Low Flow Toilet Procurement project.

ESTIMATED COST: $13,200.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Bellamine Dickerman EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

29

Page 35: Crematory 20100414 Central Register

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

AGENCY:Natick, Town ofPublic Schools13 East Central St.Natick, MA 01760

Service Point USA, 285 Summer St., Boston, MA 02210, 617-439-9981, 4/14/10 at 12:00 P.M.

PHONE: 508-647-6504CONTACT INFORMATION

PROJECT NUMBER: 10-101

FAX:

PROJECT:Construct 1,800 square foot maintenance shop and garage. Renovate a 2495 square foot fieldhouse and add 1,440 square feet.

ESTIMATED COST: $750,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: Unit Masonry, Plumbing, HVAC, Electrical

SUB BID DEADLINE: 4/27/10 @ 10:00 A.M. GENERAL BID DEADLINE: 5/11/10 @ 10:00 A.M.

ADDITIONAL INFORMATION Non-Mandatory pre-bid walk-through: 4/20/10 at 10:00 A.M. at the Fieldhouse, 53 West St., Natick.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Robert Graham EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:New Bedford, City ofPublic Schools455 County St.New Bedford, MA 02740

4/13/10 after 9:00 A.M.

PHONE: 508-997-4511 ext. 3268CONTACT INFORMATION

PROJECT NUMBER: C29

FAX: 508-992-0983

PROJECT:Boiler Preventative Maintenance and Repair Service for All School Buildings in New Bedford Public Schools.

ESTIMATED COST: $600,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

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

ADDITIONAL INFORMATION Pre-bid conference: 4/27/10 at 10:00 A.M. at the Facilities Building, 256 Parker St., New Bedford.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Lawrence W. Oliveira EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

30

Page 36: Crematory 20100414 Central Register

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

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

Above agency address or online at www.ci.newton.ma.us/bids, 4/15/10 at 10:00 A.M.

PHONE: 617-796-1220CONTACT INFORMATION

PROJECT NUMBER: 10-63

FAX: 617-796-1227

PROJECT:RFP for Four "Green" Modular Classrooms at Oak Hill Middle School.

ESTIMATED COST: $1,000,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Mandatory Pre-Bid Conference: 4/21/10 at 10:00 A.M. at 130 Wheeler Rd., Newton. 5% Bid Surety Required. DCAM Category: Modular Construction/Prefabrication.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Re Cappoli, Chief Procurement Officer EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

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

Above agency address or online at www.ci.newton.ma.us/bids, 4/15/10 at 10:00 A.M.

PHONE: 617-796-1220CONTACT INFORMATION

PROJECT NUMBER: 10-64

FAX: 617-796-1227

PROJECT:Improvements to Charlesbank Playground.

ESTIMATED COST: $126,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 10:00 A.M.

ADDITIONAL INFORMATION 5% Bid Surety Required.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Re Cappoli, Chief Procurement Officer EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

31

Page 37: Crematory 20100414 Central Register

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

AGENCY:Northbridge, Town of Office of the Town Manager7 Main St.Whitinsville, MA 01588

Above agency address, 4/14/10 9:00 A.M.

PHONE: 508-234-3581CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-234-0807

PROJECT:New Village Infrastructure Improvements Project: North Main, Border and Crescent Street Reconstruction.

ESTIMATED COST: $1,400,000.00

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: 5/6/10 @ 2:00 P.M.

ADDITIONAL INFORMATION $75 refundable deposit for bid documents, call 508-234-2095 in advance. Federal and state funding involved. MBE/WBE requirements. MassDOT Pre-qualification is required for this project.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Richard Sasseville EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Norton, Town ofPublic SchoolsSuperintendent's Office64 West Main St.Norton, MA 02766

Above agency address, 4/14/10 at 10:00 A.M.

PHONE: 508-285-0100CONTACT INFORMATION

PROJECT NUMBER: Solar Panels 2010

FAX: 508-285-0199

PROJECT:Solar Panel Photovoltaic System on Metal Roof at Norton Middle School.

ESTIMATED COST: $143,000.

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 1:55 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Dr. Patricia Ansay EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

32

Page 38: Crematory 20100414 Central Register

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

AGENCY:Orleans, Town ofHousing Authority94 Hopkins LaneOrleans, MA 02653

Strekalovsky Architecture, 22 North St., Hingham, MA 02043, 781-740-4292, 4/13/10 after 1:00 P.M.

PHONE: 781-740-4292CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-740-4279

PROJECT:Repairs/replacement of existing bituminous concrete walkways and curbs at the Tonset Woods Housing Development.

ESTIMATED COST: $70,387.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 10:00 A.M.

ADDITIONAL INFORMATION Walk-through: 4/19/10 at 10:00 A.M. at Tonset Woods, 94 Hopkins Lane, Orleans. Contact Tim Buhler at 508-255-0064 for additional info. $50.00 refundable deposit required, payable to Orleans Housing Authority. Mailing fee is $25.00, payable to SAI.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Mark Coughlin EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Palmer, Town of Town Manager's Office4417 Main St.Palmer, MA 01069

Above agency address, 4/14/10. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M.

PHONE: 413-283-2603CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-283-2604

PROJECT:FY11 Annual Road Materials and Services for the period of 7/1/10 - 6/30/11: Liquid asphalt, road materials, milling, crack sealing, line painting and winter sand.

ESTIMATED COST: $300,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Bids will not be faxed or emailed. Bids must be picked up or sent by regular mail. MassHighway pre-qualification for liquid asphalt, milling, crack sealing and resurfacing, related work.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Patricia Kennedy, Executive Assistant EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

33

Page 39: Crematory 20100414 Central Register

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

AGENCY:Pepperell, Town of1 Main St.Pepperell, MA 01463

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).

PHONE: 978-433-0327CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-433-6490

PROJECT:Town Hall Exterior Renovations.

ESTIMATED COST: $75,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference/Site Visit: 4/29/10 at 9:00 A.M. at the site. Plan deposit of $50/set (refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs ONLINE Inc. Mailing fee is $40.00 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

Bob Lee EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Pittsfield, City of Purchasing Office70 Allen St.Pittsfield, MA 01201

Above agency address, 4/14/10 after 12:00 P.M.

PHONE: 413-499-9470CONTACT INFORMATION

PROJECT NUMBER: 10-044

FAX: 413-499-9463

PROJECT:Repairs to Planters and Steps at McKay Parking Garage.

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: 5/3/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Meeting: 4/22/10 at 10:00 A.M. at the McKay Parking Garage, McKay St., Pittsfield. $25.00 spec fee, $25.00 additional fee for mailing.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Colleen Hunter-Mullett EMAIL:

CONTRACTOR QUALIFICATION:

34

Page 40: Crematory 20100414 Central Register

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

AGENCY:Rockland, Town ofPublic Schools34 MacKinlay WayRockland, MA 02370

Above agency address, 4/12/10 at 8:00 A.M.

PHONE: 781-878-3893CONTACT INFORMATION

PROJECT NUMBER: Esten Solar 2010

FAX: 781-982-1483

PROJECT:Solar (Photovoltaic) Renewable Energy System Design, Equipment and Installation for the R. Stewart Esten Elementary School.

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: 5/11/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Mandatory pre-proposal walk-through: 4/27/10 at 10:00 A.M. at the R. Stewart Esten School, 733 Summer St., Rockland. The School's Maintenance Department Manager will conduct the walk-through. Failure to attend will exclude a company from submitting a proposal.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Mr. Doric Scarpelli EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Rockport, Town ofPublic SchoolsOffice of the Superintendent24 Jerden’s LaneRockport, MA 01966

Above agency address, 4/14/10 at 11:00 A.M.

PHONE: 978-546-1200CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Roof Replacement Project at Rockport Elementary School, 34 Jerden's Lane, Rockport. Project consists of roof replacement to Rockport Elementary School. Bidders must be DCAM Certified in Roofing.

ESTIMATED COST: $875,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid meeting: 4/22/10 at 11:00 A.M. at Rockport Elementary School. A refundable deposit of $100 will be required for each set of Contract Documents. A non-refundable fee of $50 paid in advance will be charged per set of Contract Documents should such be mailed.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Dr. Susan King EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

35

Page 41: Crematory 20100414 Central Register

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

AGENCY:Salem, City of Purchasing Department120 Washington St. 3rd FloorSalem, MA 01970

Above agency address, 4/13/10 after 10:00 A.M.

PHONE: 978-619-5696CONTACT INFORMATION

PROJECT NUMBER: L-33

FAX: 978-745-7461

PROJECT:Replacement of Boiler at Salem Public Library, 370 Essex St., Salem.

ESTIMATED COST: $50,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 10:00 A.M.

ADDITIONAL INFORMATION A fee of $25.00 for bid documents is required, payable to the City of Salem, refundable when plans are returned. A non-refundable fee of $15.00 is required for mailing of bid documents.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Thomas P. Watkins, Acting Purchasing Agent EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Saugus, Town ofPurchasing Department298 Central St.Saugus, MA 01906

PHONE: 781-231-4125CONTACT INFORMATION

PROJECT NUMBER: 03-10

FAX: 781-231-5666

PROJECT:Cleaning of Catch Basins including drainage system and manholes approximately 250 municipally owned.

ESTIMATED COST: $30,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Each bid must be accompanied by a bid deposit of 5% of the total bid amount in the form of a bid bond, certified check, treasurer's check or cashier's check, payable to the Town of Saugus.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Michele Wendell EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

36

Page 42: Crematory 20100414 Central Register

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

AGENCY:Somerset, Town ofHousing Authority75 Kennedy TerraceSomerset, MA 02726

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), 4/14/10.

PHONE: 508-672-3348CONTACT INFORMATION

PROJECT NUMBER: 273009

FAX: 507-677-1645

PROJECT:Site Lighting and Associated Electrical Infrastructure Renovation for John F. Kennedy Terrace 667-1 and Eugene Murphy Village 667-2.

ESTIMATED COST: $301,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/5/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid site visit: 4/21/10 at 9:00 A.M. Any questions must be received by 4/28/10. For appointments at other times contact Lucia Casey at 508-672-3348.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Lucia Casey, Executive Director EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Southborough, Town of Department of Public Works147 Cordaville Rd.Southborough, MA 01772

Vanasse Hangen Brustlin, Inc., Union Station, Suite 219, Worcester, MA 01604, 508-752-1001, 8:00 A.M. - 4:30 P.M.

PHONE: 508-485-1210CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-229-4444

PROJECT:Southville Road Sidewalk Improvements. Work includes the installation of 1,550 linear feet of new sidewalk, drainage improvements and minor landscaping.

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/7/10 @ 10:00 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

John Woodsmall EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

37

Page 43: Crematory 20100414 Central Register

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

AGENCY:Springfield, City ofOffice of Procurement36 Court St. Room 405Springfield, MA 01103

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: 413-787-6285CONTACT INFORMATION

PROJECT NUMBER: Bid No. 10-451

FAX: 413-787-6295

PROJECT:Project Managers for On-Call Services for Variety of Capital Projects.

ESTIMATED COST: Negotiated

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 2:00 P.M.

ADDITIONAL INFORMATION All questions regarding this Solicitation must be received in writing by the Chief Procurement Officer by 4/22/10.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Maria Lopez-Santiago EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Stoughton, Town ofHousing Authority4 Capen St.Stoughton, MA 02072

4/14/10 at 9:00 A.M.

PHONE: 781-344-6599CONTACT INFORMATION

PROJECT NUMBER: 285021

FAX:

PROJECT:Remove and replace gas fired furnaces in 22 family units, as part of WAP program.

ESTIMATED COST: $120,400

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: 5/12/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Site inspection: 4/20/10 at 10:00 A.M. at 77 Drake Ave., Stoughton. Contact Mr. Greg Bartlett, Executive Director at 781-344-6599.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Mr. Greg Bartlett, Executive Director EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

38

Page 44: Crematory 20100414 Central Register

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

AGENCY:Sturbridge, Town of Department of Public WorksNew Boston Rd. ExtensionSturbridge, MA 01566

PHONE: 508-347-2515CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-347-2517

PROJECT:Road paving, various locations.

ESTIMATED COST: $250,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/13/10 @ 10:30 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Greg Morse EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

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

Department of Public Works, 115 High Point Rd., Vineyard Haven, MA 02568, Monday - Friday, 8:00 A.M. - 4:00 P.M. (excluding holidays).

PHONE: 508-696-4220CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-696-4223

PROJECT:Annual Air Conditioning System Maintenance.

ESTIMATED COST: $10,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/5/10 @ 10:30 A.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Marie Maciel EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

39

Page 45: Crematory 20100414 Central Register

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

AGENCY:Tyngsborough, Town ofWater District87 Progress Ave.Tyngsborough, MA 01879

Stantec, 5 LAN Drive Suite 300, Westford, MA 01886, 4/14/10 at 12:00 P.M.

PHONE: 978-577-1439CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-692-4578

PROJECT:Pondview Place Water Main Extension. Project generally includes 1,500 linear feet of water main.

ESTIMATED COST: $300,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION $50 refundable fee for plans and specs. $25 nonrefundable mailing fee.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ryan Allgrove EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Upton, Town ofDepartment of Public WorksP.O. Box 814100 Pleasant St.Upton MA 01568

Above agency address, 4/14/10, 8:00 A.M. - 3:00 P.M.

PHONE: 508-529-3067CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-529-1001

PROJECT:Road Reconstruction Contract.

ESTIMATED COST: $400,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/13/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Bids will be open at the Upton Town Hall, 1 Main St., Upton on 5/13/10 at 2:00 P.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Carol Peterson EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

40

Page 46: Crematory 20100414 Central Register

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

AGENCY:Walpole, Town ofPurchasing Office 135 School St. Room 118Walpole, MA 02081

Above agency address, 4/14/10 at 9:00 A.M. Office Hours: Monday, Wednesday and Thursday, 8:00 A.M. - 4:00 P.M.; Tuesday, 8:00 A.M. - 8:00 P.M.; Friday, 8:00 A.M. - 12:00 P.M.

PHONE: 508-660-7290CONTACT INFORMATION

PROJECT NUMBER: Bid 2010-07 A (Rebid)

FAX: 508-668-2240

PROJECT:Upper Turco Field Renovations and Improvements.

ESTIMATED COST: $40,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Please direct Technical Questions about the scope of the bid to Mr. Drew Hand, Acting Superintendent of Parks at 508-660-7328. No charge for specifications. Please fax request for mailing of specifications to 508-668-2240.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Deborah McElhinney EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Wayland, Town ofDepartment of Public Works Office41 Cochituate Rd.Wayland, MA 01778

Above agency address, 4/14/10 at 9:00 A.M.

PHONE: 508-358-3678CONTACT INFORMATION

PROJECT NUMBER:

FAX: 508-358-3679

PROJECT:Town of Wayland Professional services specifications backflow prevention device testing cross connection control surveying services 2010: The Town of Wayland desires to retain the services of a professional contractor specializing in the testing of backflow prevention devices and to perform cross connection control surveys within the town service area. There are approximately 180 existing backflow devices of which 29 are Reduced Pressure Backflow Devices (RPBP), 55 are Double Check Valve Assembly (DCVA) and 96 are Pressure Vacuum Breakers (PVB).

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION The Town of Wayland requires that all DCVA’s, PVB’s and seasonal devices shall be tested once per year and all RPBP’s shall be tested twice per year. The town wishes to perform 100 cross connection control surveys at specified locations chosen by the town. A list of these locations will be discussed with the awarding contractor. All tests and surveys must be in accordance with the Cross Connection Section of the Department of Environmental Protection Drinking Water regulations of Massachusetts, 310 CMR 22.22, and Town regulations.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Don Ouellette EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

41

Page 47: Crematory 20100414 Central Register

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

AGENCY:Wellesley, Town of Department of Public WorksEngineering Division2 Municipal WayWellesley, MA 02481

Above agency address, 4/15/10 at 12:00 P.M.

PHONE: 781-235-7600CONTACT INFORMATION

PROJECT NUMBER: 10C-430-1398

FAX: 781-237-0047

PROJECT:Request for Proposals for Restoration of the Sprague Clock Tower in Wellesley, located on Washington St. near Route 9: Masonry repointing of exterior stone and mortar joints; remove and replace wood door, wood frame and stone surround; scrape and repaint interior steel stairway.

ESTIMATED COST: $60,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 3:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Douglas Stewart EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:West Bridgewater, Town ofBoard of Water Commissioners29 Cyr St.West Bridgewater, MA 02379

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 4/14/10.

PHONE: 978-692-1913CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-692-4578

PROJECT:Construction of 1 MG Composite Elevated Tank.

ESTIMATED COST: $2,100,000

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: 4/30/10 @ 1:00 P.M.

ADDITIONAL INFORMATION This Project is Financed by USDA with ARRA Funding. Refundable Deposit is $50.00, Non-Refundable Handling Fee for Mailing is $25.00 in the Form of Two Separate Checks, Payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

George R. Allan, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

42

Page 48: Crematory 20100414 Central Register

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

AGENCY:West Bridgewater, Town ofBoard of Water Commissioners29 Cyr St.West Bridgewater, MA 02379

Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 4/14/10.

PHONE: 978-692-1913CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-692-4578

PROJECT:Water Main Replacement.

ESTIMATED COST: $640,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 10:00 A.M.

ADDITIONAL INFORMATION This Project is Financed by USDA with ARRA Funding. Refundable Deposit is $50.00, Non-Refundable Handling Fee for Mailing is $25.00 in the Form of Two Separate Checks, Payable to Stantec.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

George R. Allan, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Westborough, Town of ***REVISED DATES***Department of Public Works131 Oak St.Westborough, MA 01581

Above agency address, 4/15/10*** at 8:00 A.M.

PHONE: 508-366-3076CONTACT INFORMATION

PROJECT NUMBER: Contract 10-01

FAX: 508-366-3074

PROJECT:Sewer Construction and Water Improvement of Various Roads.

ESTIMATED COST: $1,700,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/30/10 @ 10:00 A.M.***

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Lisa C. Allain, P.E. EMAIL: [email protected],ma.us

CONTRACTOR QUALIFICATION: Department of Highway

43

Page 49: Crematory 20100414 Central Register

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

AGENCY:Weston, Town ofDepartment of Public Works598 Boston Post Rd.Weston, MA 02493

Above agency address, 4/14/10. Office Hours: Monday - Friday, 7:00 A.M. - 3:00 P.M.

PHONE: 781-893-1263 ext. 11CONTACT INFORMATION

PROJECT NUMBER:

FAX: 781-899-5690

PROJECT:Tree Services for Town of Weston, FY11.

ESTIMATED COST: $75,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 11:00 A.M.

ADDITIONAL INFORMATION There is no charge for the documents. Bid documents must be picked up and will not be mailed. Bid opening will be at the Weston Town Hall, 11 Townhouse Rd., Weston.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Robert L. Hoffman EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Wilbraham, Town of Engineering Office240 Springfield St.Wilbraham, MA 01095

Above agency address, 4/14/10 at 8:30 A.M.

PHONE: 413-596-2800 ext. 208CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Road Resurfacing and Related Work 2010.

ESTIMATED COST: $950,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 4:00 P.M.

ADDITIONAL INFORMATION Bid opening: 5/3/10 at 7:00 P.M. in the Selectmen's Meeting Room. Bids must be enclosed in an envelope plainly and legibly entitled "Bid for Road Resurfacing and Related Work 2010". $30.00 fee for mailing of bid documents.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Tonya Basch EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

44

Page 50: Crematory 20100414 Central Register

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

AGENCY:Wilbraham, Town of Engineering Office240 Springfield St.Wilbraham, MA 01095

Above agency address, 4/14/10 at 8:30 AM

PHONE: 413-596-2800 ext. 208CONTACT INFORMATION

PROJECT NUMBER:

FAX:

PROJECT:Highway Materials and Crack Sealing 2010.

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 4:00 P.M.

ADDITIONAL INFORMATION Bids must be enclosed in an envelope plainly and legibly entitled "Highway Materials and Crack Sealing 2010". Bids will be publicly opened and read aloud on 5/3/10 at 7:00 P.M. in the Selectmen's Meeting Room.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Tonya Basch EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Wilmington, Town of 121 Glen Rd.Wilmington, MA 01887

Above agency address, 4/14/10 at 8:30 A.M.

PHONE: 978-658-3017CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-658-6506

PROJECT:Supply labor, materials and equipment to remove vinyl asbestos floor tile and install new vinyl composite floor tile at the Woburn Street Elementary School.

ESTIMATED COST: $235,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/6/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid conference: 4/27/10 at 10:00 A.M. at the Woburn Street School, 227 Woburn St., Wilmington.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

George W. Hooper, II, Public Buildings Superintendent EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

45

Page 51: Crematory 20100414 Central Register

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

AGENCY:Worcester, City ofPurchasing DepartmentHousing Authority69 Tacoma St.Worcester MA 01605

Above agency address, 4/8/10. Office Hours: Monday - Friday, 8:00 A.M. - 4:30 P.M.

PHONE: 508-635-3203CONTACT INFORMATION

PROJECT NUMBER: 12/8-2010

FAX: 508-635-3289

PROJECT:Supply and installation of elastomeric coating to the elevator penthouse walls at Project 12-8, Lincoln Park Tower, 11 Lake Ave., Worcester.

ESTIMATED COST: $15,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

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

ADDITIONAL INFORMATION Pre-Bid Conference: 4/21/10 at 10:00 A.M. at 81 Tacoma St., Worcester.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Brian Bigelow EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Bridgewater State CollegePurchasing OfficeBoyden Hall131 Summer St. Room 202Bridgewater, MA 02325

Above agency address, 4/14/10 after 2:00 P.M.

PHONE: 508-531-2213CONTACT INFORMATION

PROJECT NUMBER: ARRA-FMP 10-RCCAUD (RFR 28)

FAX: 508-531-6130

PROJECT:Rondileau Campus Center Auditorium Upgrades. Work includes removal of existing auditorium seating and installation of new architectural finishes including aisle way carpeting, concrete pads, epoxy flooring, millwork, painting, doors, frames, hardware, HVAC and electrical. Work also includes asbestos abatement in adjacent corridor ceilings and installation of new acoustical ceilings, lighting, site excavation and improvements associated with new fire suppression systems in coordination with the Auditorium renovation.

ESTIMATED COST: $600,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: Painting, Electrical Work

SUB BID DEADLINE: 5/12/10 @ 3:00 P.M. GENERAL BID DEADLINE: 5/25/10 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 4/22/10 at 10:00 A.M. in the Rondileau Campus Center Auditorium Lobby, 19 Park Ave., Bridgewater State College, Bridgewater. Parking will be available in the Harrington Hall parking lot located on Grove St. Alternate arrangements can be made by contacting Tom Telford, Project Manager at 508-531-2953. Bid documents are available for pick up only at no charge. A 5% bid deposit is required. Minimum rates of wages are to be paid. Project is funded by the American Recovery and Reinvestment Act of 2009 and special requirements and forms apply.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Diane Chagnon EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

46

Page 52: Crematory 20100414 Central Register

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

AGENCY:Bristol Community College777 Elsbree St. Building F Room F100Fall River, MA 02720

Above agency address or by contacting Philicia Pacheco at 508-678-2811 ext. 2216, 4/14/10 at 9:00 A.M.

PHONE: 508-678-2811CONTACT INFORMATION

PROJECT NUMBER: M-15-10

FAX: 508-730-3279

PROJECT:Automatic Door Closers.

ESTIMATED COST: $14,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Carl P. Anctil EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Capital Asset Management, Division of (DCAM)1 Ashburton Place 15th FloorBoston, MA 02108

Online at www.comm-pass.com.

PHONE: 617-727-4030 ext. 561CONTACT INFORMATION

PROJECT NUMBER: MCC0901 EC1

FAX:

PROJECT:Comprehensive energy efficiency project at Middlesex Community College, Bedford and Lowell campuses.

ESTIMATED COST: $10,000,000.

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/19/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-proposal conference: 4/14/10 at 10:00 A.M. (Location TBD).

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

John Crisley EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

47

Page 53: Crematory 20100414 Central Register

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

AGENCY:Capital Asset Management, Division of (DCAM)1 Ashburton Place 15th FloorBoston, MA 02108

Online at www.comm-pass.com.

PHONE: 617-727-4030 ext. 428CONTACT INFORMATION

PROJECT NUMBER: HLY0901 EC1

FAX: 617-727-4043

PROJECT:Combined Heat and Power Project at Holyoke Soldiers' Home.

ESTIMATED COST:

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/20/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-proposal Conference: 4/23/10 at 10:00 A.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Krista Chapdelaine-Lillis EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Capital Asset Management, Division of (DCAM)1 Ashburton Place Room 1610 ***SUB-BIDS ONLY***Boston, MA 02108

DCAM Bid Room at the above agency address or online at www.comm-pass.com, 4/14/10.

PHONE: 617-727-4003CONTACT INFORMATION

PROJECT NUMBER: UMA0803 #DC1

FAX: 617-727-5514

PROJECT:Request for Qualifications for Trades at the UMass Amherst Laboratory and Science Building. The filed Sub-Bids are: Masonry; Miscellaneous and Ornamental Iron; Waterproofing, Dampproofing and Caulking; Roofing and Flashing; Glass and Glazing; Tile; Acoustical Tile; Resilient Floors; Terrazzo; Elevators; Plumbing; HVAC; Electrical.

ESTIMATED COST: $47,917,000

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 ($4,133,000),Misc & Orn Iron ($1,641,000)Waterproofing, Damppproofing & Caulking ($324,000),Roofing &Flashing ($1,232,000), Glass & Glazing ($762,000),Tile ($238,000),

SUB BID DEADLINE: 5/10/10 @ 12:00 P.M. GENERAL BID DEADLINE:

ADDITIONAL INFORMATION Sub-Bids (Continued): Acoustical Tile ($324,000); Resilient Floors ($955,000); Terrazzo ($576,000); Elevators ($1,210,000); Plumbing ($6,168,000); HVAC ($18,930,000); Electrical ($11,424,000). Interested firms must submit a Qualifications Statement by the deadline and be pre-qualified if they are interested in bidding on the project. This RFQ is the first part of a two-part selection process for Trade Sub-Contractors. After the submission of the RFQ, only the pre-qualified firms will be invited to submit bids for the category of work for which they were pre-qualified. The Designer is Wilson Architects, Inc.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

DCAM Bid Room EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

48

Page 54: Crematory 20100414 Central Register

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

AGENCY:Capital Asset Management, Division of (DCAM)c/o NAI Plotkin 41 Taylor St.Springfield, MA 01103

Springfield State Office Building, 436 Dwight St. Suite 130, Springfield, MA 01103, 4/29/10 - 5/7/10.

PHONE: 413-737-1891CONTACT INFORMATION

PROJECT NUMBER: ST10-078

FAX: 413-781-2511

PROJECT:NAI Plotkin, acting as an agent for the Division of Capital Asset Management, is seeking sealed bids for removal of existing 15 ton electric package rooftop air conditioning system and supply/install new 15 ton, high-efficiency electric package air conditioning system.

ESTIMATED COST: $20,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/21/10 @ 10:00 A.M.

ADDITIONAL INFORMATION Mandatory site visit: 5/12/10 at 10:00 A.M. Failure to attend will be cause for disqualification. Specs are only available 4/29/10 - 5/7/10.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kelly J. Flaherty EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St. 6th FloorBoston, MA 02114

Above agency address, 4/14/10 after 10:00 A.M.

PHONE: 617-626-1361/617-626-1428CONTACT INFORMATION

PROJECT NUMBER: P10.2616.C2A

FAX: 617-626-1449

PROJECT:Bradley Palmer Mansion Lighting Construction. All bidders must have at least ten years Historical experience in the fabrication and installation of Cantilevered Wood lights and posts.

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: 4/28/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Pre-bid Meeting: 4/21/10 at 10:00 A.M. at Willowdale Estates, Bradley Palmer State Park, 40 Asbury St., Topsfield. There is no charge for the CD's. Please bring a Business Card when obtaining documents/CD's.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kevin Allen for Technical Questions/JohnnieMae Cabral for Specs. EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

49

Page 55: Crematory 20100414 Central Register

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

AGENCY:Development Finance Agency, Massachusetts 160 Federal St. 7th FloorBoston, MA 02110

Winter Street Architects, 209 Essex St. #300, Salem, MA 01970, Attn: Kathryn Giardi or Sarah Nelson, 978-744-7379 ext. 132, [email protected], fax 978-741-0240, 4/14/10 after 12:00 P.M.

PHONE: 978-744-7379 ext. 132CONTACT INFORMATION

PROJECT NUMBER:

FAX: 978-741-0240

PROJECT:State Pier Office Building Renovation, 2 State Pier, Gloucester. Work includes all labor, materials and supervision necessary to rehabilitate the exterior and upgrade lighting, finishes and kitchenette.

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: Painting, Metal Window and Electrical Work

SUB BID DEADLINE: 05/12/10 @ 2:00 P.M. GENERAL BID DEADLINE: 5/26/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Mandatory pre-bid conference: 5/5/10 at 10:00 A.M. at the State Pier Office Building.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kathryn Giardi or Sarah Nelson, Winter Street Architects EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Developmental Services, Department of (DDS)Engineering Office500 Harrison Ave. Room 163Boston, MA 02118

Above agency address or by email or fax, Monday - Friday (excluding holidays), 4/14/10 - 4/27/10, 9:00 A.M. - 4:00 P.M. and 4/28/10, 9:00 A.M. - 1:00 P.M.

PHONE: 617-624-7887CONTACT INFORMATION

PROJECT NUMBER: DDS 10-17

FAX: 617-624-7576

PROJECT:New Patio: Remove existing concrete patio and walkways and install new at 124 Maple St., New Bedford. Duration: 30 calendar days.

ESTIMATED COST: $18,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION There is no charge for bid documents. Bid Deposit/Bid Bonds 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 of Massachusetts. Contractor must be capable of securing a Performance and Payment bonds 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:

50

Page 56: Crematory 20100414 Central Register

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

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

Above agency address, 4/13/10, 9:00 A.M. - 4:00 P.M.

PHONE: 617-727-1843CONTACT INFORMATION

PROJECT NUMBER: PA-293

FAX: 617-727-7214

PROJECT:Make improvements to the existing gravel parking area and pathway, installation of timber guard rail and miscellaneous work located off Pleasant St., Somerset.

ESTIMATED COST: $15,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Plan/Spec Deposit is $25, payable to the Commonwealth of Massachusetts, Refundable to formal bidders only. Mailing Fee is ten $1 postage stamps or FedEx, UPS, etc. account number.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Douglas H. Cameron EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Fitchburg State College ***REVISED***Capital Planning and Maintenance160 Pearl St.Fitchburg, MA 01420

Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, 4/14/10*** during regular business hours.

PHONE: 978-665-3423CONTACT INFORMATION

PROJECT NUMBER: Proj. #C008, Bid #F75-10

FAX: 978-665-3682

PROJECT:Anthony Building Dean of Enrollment Suite. This Project is open to Bidders holding a DCAM Prime/General Certificate of Eligibility in the General Building Construction category of work.

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: HVAC

SUB BID DEADLINE: 4/30/10 @ 2:00 P.M.*** GENERAL BID DEADLINE: 5/7/10 @ 2:00 P.M.***

ADDITIONAL INFORMATION Pre-Bid Conference: ***4/26/10 at 10:30 A.M. in the Anthony Building Admissions Conference Room*** at Fitchburg State College. The first set of Bid Documents per bidholder picked up at Nashoba Blue are free. Additional sets per bidholder are $25 per set (non-refundable). Bid Documents may be mailed on request for $35.00 (non-refundable) per mailed set (covers copy and mailing charges). Fitchburg State College 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

Nancy FitzGerald EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

51

Page 57: Crematory 20100414 Central Register

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

AGENCY:Franklin Regional Council of Governments (FRCOG)425 Main St. Suite 20Greenfield, MA 01301

By email request to [email protected], 4/15/10 at 10:00 A.M.

PHONE: 413-774-3167 ext. 104CONTACT INFORMATION

PROJECT NUMBER: Elevator Maintenance-FY10-11

FAX: 413-774-3169

PROJECT:Elevator Maintenance and Service/Repair Services for several public buildings in Franklin County. Passenger elevators and lifts are included. Vendors may bid on either or both. Contract will be one year with FRCOG option to extend for one additional year.

ESTIMATED COST: $45,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Andrea Woods EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Franklin Regional Transit Authority474 Main Street ***REVISED***Greenfield, MA 01301

Available at above agency address on 3/16/10 @ 10:00 A.M. for a $200 deposit, payable by bank/cashier’s check to FRTA. Can be mailed for additional non-refundable amount of $50.

PHONE: 413-774-2262CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-772-2202

PROJECT:Construction of a regional transit center facility in Greenfield, MA. Main features include a 22,000 square foot, zero-net energy building (ZNEB) transit center building and associated site and utility work.

ESTIMATED COST: $11M

PLANS/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 and Ornamental Iron; Waterproofing, Dampproofing and Caulking; Roofing and Flashing; Metal Windows; Glass and Glazing; Tile; Terrazzo; Acoustical Tile; Resilient Floors; Painting;Elevators; Fire Protection, Plumbing; HVAC; Electrical

SUB BID DEADLINE: 4/23/10 @ 1:00 P.M. GENERAL BID DEADLINE: 4/30/10 @ 1:00 P.M.

ADDITIONAL INFORMATION Questions through 4/13/10 @ 4:00 P.M. Pre-bid conference will be held on 4/1/10*** @ 1:00 P.M. at the Greenfield Chamber of Commerce, 393 Main Street, Greenfield, MA 01301. Deposit refunded upon return of all documents in good condition.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Michael Perrault, Assistant Administrator, FRTA EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

52

Page 58: Crematory 20100414 Central Register

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

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 957

FAX:

PROJECT:Road Crack Sealing Services.

ESTIMATED COST: $308,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 3:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 957

FAX:

PROJECT:Guard Rail Installation.

ESTIMATED COST: $86,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 3:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

53

Page 59: Crematory 20100414 Central Register

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

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 957

FAX:

PROJECT:Guard Rail Installation.

ESTIMATED COST: $86,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 3:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 957

FAX:

PROJECT:Highway Line Painting.

ESTIMATED COST: $138,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 3:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

54

Page 60: Crematory 20100414 Central Register

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

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 959

FAX:

PROJECT:Liquid Asphalt, In Place.

ESTIMATED COST: $34,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 1:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 959

FAX:

PROJECT:Bituminous Concrete, In Place.

ESTIMATED COST: $3,357,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 1:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

55

Page 61: Crematory 20100414 Central Register

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

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 959

FAX:

PROJECT:Stone Seal, In Place.

ESTIMATED COST: $692,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 1:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 959

FAX:

PROJECT:Bituminous Concrete Excavation by Cold Planer (Milling).

ESTIMATED COST: $292,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 1:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

56

Page 62: Crematory 20100414 Central Register

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

AGENCY:Hampshire Council of GovernmentsPurchasing Department99 Main St.Northampton, MA 01060

Above agency address, 4/16/10. Please call first to ensure someone will be in the office.

PHONE: 413-586-6133 ext. 3CONTACT INFORMATION

PROJECT NUMBER: 959

FAX:

PROJECT:Full-Depth Pavement Reclamation.

ESTIMATED COST: $187,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/11/10 @ 1:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nanci or Henning EMAIL: [email protected]

CONTRACTOR QUALIFICATION: Department of Highway

AGENCY:Mental Health, Department of Office of Facilities Management25 Staniford St. Room 3078Boston, MA 02114

Above agency address, 4/14/10 - 5/4/10, 9:00 A.M. - 3:00 P.M. and 5/5/10, 9:00 A.M. - 1:00 P.M.

PHONE: 617-626-8054CONTACT INFORMATION

PROJECT NUMBER: fy11-13hadley

FAX: 617-626-8046

PROJECT:Elevator Service Maintenance and Repairs at the Hadley Building at Westborough State Hospital, Lyman St., Westborough.

ESTIMATED COST: $40,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/5/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Mandatory pre-bid conference: 4/29/10 at 9:00 A.M. in the Hospital’s Maintenance Office on Lyman St., Westborough (opposite power plant).

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Kris Mishra EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

57

Page 63: Crematory 20100414 Central Register

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

AGENCY:Mental Health, Department ofOffice of Facilities Management25 Staniford St. Room 3078Boston, MA 02114

Above agency address, 4/14/10 - 5/4/10, 9:00 A.M. - 3:00 P.M. and 5/5/10, 9:00 A.M. - 1:00 P.M.

PHONE: 617-626-8053CONTACT INFORMATION

PROJECT NUMBER: mothballwestboro

FAX: 617-626-8046

PROJECT:Mothballing of Various Buildings at Westborough State Hospital.

ESTIMATED COST: $250,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/5/10 @ 2:30 P.M.

ADDITIONAL INFORMATION Mandatory Pre Bid Conference: 4/27/10 at 10:00 A.M. in the Hospital’s Main Administration Building Conference Room.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Gerald McCullough EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:Merrimack Valley Regional Transit Authority (MVRTA)85 Railroad Ave.Haverhill, MA 01835

Desman Associates, 18 Tremont St. Suite 300, Boston, MA 02108, 4/14/10 after 10:00 A.M.

PHONE: 617-778-9882CONTACT INFORMATION

PROJECT NUMBER: MA-04-0024

FAX: 617-778-9883

PROJECT:Construction of a five-story parking garage with pedestrian bridge connecting to MBTA platform of Haverhill Commuter Rail Station, stair and elevator towers, parking office, police sub-station, parking access and control system, sidewalks, site improvements. Add alternates include additional parking levels and a second elevator.

ESTIMATED COST: $8 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: Masonry, Mis.Metals,Waterproofing,Roofing & Flashing,Painting, Elevators, Plumbing, HVAC, Electrical, Glass Glazing

SUB BID DEADLINE: 5/5/10 @ 2:00 P.M. GENERAL BID DEADLINE: 5/14/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 4/21/10 at 10:00 A.M. at Haverhill City Hall, 4 Summer St. Room 301, Haverhill. Refundable Payment of $150 for each set of Contract Documents in the form of a Certified Check or Money Order. General Bidders' Deadline for Questions is 5/3/10 at 5:00 P.M. Sub-bidders Deadline for Questions is 4/26/10 at 5:00 P.M.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Desman Associates EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

58

Page 64: Crematory 20100414 Central Register

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

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

Above agency address, 4/18/10.

PHONE: 617-568-5950CONTACT INFORMATION

PROJECT NUMBER: H140-C2

FAX: 617-568-5998

PROJECT:Sprinkler and Fire Alarm Upgrade at the Civil Air Terminal, Hanscom Field, Bedford.

ESTIMATED COST: $290,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: Electrical

SUB BID DEADLINE: 5/5/10 @ 11:00 A.M. GENERAL BID DEADLINE: 5/19/10 @ 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

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

Above agency address, 4/14/10.

PHONE: 617-568-5950CONTACT INFORMATION

PROJECT NUMBER: L1118-C1

FAX: 617-568-5998

PROJECT:Bremen Street Park Spray Fountain Repairs, East Boston.

ESTIMATED COST: $115,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 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

Nhuy Hoang EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

59

Page 65: Crematory 20100414 Central Register

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

AGENCY:Transportation, Department of (MassDOT)Aeronautics Divisionc/o Seven Bravo Two, LLC160 Old Ferry Rd.Northampton, MA 01060

Baystate Environmental Consultants, Inc., 296 North Main St., East Longmeadow, MA 01028, 4/15/10 at 12:00 P.M.

PHONE: 413-525-3822CONTACT INFORMATION

PROJECT NUMBER:

FAX: 413-525-8348

PROJECT:Grading, infrastructure and paving improvements at Northampton Airport in Northampton. Project consists of grading, drainage, subgrade preparation, granular base course and bituminous concrete paving. All work must be completed before 6/15/10.

ESTIMATED COST: $300,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Tom Jenkins, P.E. EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:University of Massachusetts - Amherst360 Campus Center Way,Amherst, MA 01003-9248

Procurement Department, Goodell Building, 140 Hicks Way Room 407, Amherst, MA 01003-9248, 4/14/10 at 2:00 P.M.

PHONE: 413-545-1095CONTACT INFORMATION

PROJECT NUMBER: UMAPP10-154(S)

FAX: 413-545-1643

PROJECT:Provide plumbing trade labor services on a per-call/as needed basis for The University of Massachusetts at Amherst.

ESTIMATED COST: $500,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Mandatory pre-bid conference: 4/22/10 at 1:00 P.M. in the Physical Plant Conference Room at the above agency address.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Peter Royer EMAIL:

CONTRACTOR QUALIFICATION: DCAM Certificate

60

Page 66: Crematory 20100414 Central Register

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

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

Above agency address, 4/14/10.

PHONE: 413-545-0361CONTACT INFORMATION

PROJECT NUMBER: UMA10-45

FAX:

PROJECT:Conte Polyer Chiller, Install New Chiller. Category of Work: General.

ESTIMATED COST: $300,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES: 15510-Plumbing; 16000-Electrical. Note: All sub bidders must submit with their bid a valid DCAM Certificate of Eligibility & a valid DCAM Update Statement.

SUB BID DEADLINE: 5/5/10 @ 12:00 P.M. GENERAL BID DEADLINE: 5/12/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid meeting: 4/20/10 at 10:00 A.M. at Facilities Planning, Conference Room 245. Plans and specs may be obtained upon receipt of a refundable deposit of $50.00 per set in the form of a company, treasurer's, cashier's or bank check, payable to UMass. A courier account number is required with the check in order to have the package mailed.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Peter Royer EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

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

Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.bidDocsOnline.com, 4/14/10.

PHONE: 978-934-3500CONTACT INFORMATION

PROJECT NUMBER: UML10-005

FAX: 978-934-5070

PROJECT:Improvements to the UMass Lowell Bus Stops.

ESTIMATED COST: $680,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 11:00 A.M.

ADDITIONAL INFORMATION Site visit: 4/26/10 at 10:00 A.M. at the Trustee's Room in Cumnock Hall, UMass Lowell, One University Ave., Lowell.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Heather Tziotziouras EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

61

Page 67: Crematory 20100414 Central Register

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

AGENCY:University of Massachusetts Medical School55 Lake Ave. NorthWorcester, MA 01655

University of Massachusetts Medical School, Purchasing, 333 South St., Shrewsbury, MA 01545, 4/14/10.

PHONE: 508-856-6738CONTACT INFORMATION

PROJECT NUMBER: JP010-003

FAX: 508-856-7880

PROJECT:Provide all materials, labor, tools, supervision and equipment to perform elevator maintenance and repairs on six elevators at the University of Massachusetts Medical School Jamaica Plain Campus, 305 South St., Jamaica Plain (Three-Year contract).

ESTIMATED COST: $125,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/5/10 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bidders conference: 4/23/10 at 10:00 A.M. in the Lobby of the SLI Building at the UMass Bio Labs, 305 South St., Jamaica Plain. Bidders may request plans to be mailed out by sending a fax request to 508-856-7880 or an email request to [email protected]. Include company name, contact person, street address (no P.O. Box), telephone and fax numbers.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Daniel Richie EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

AGENCY:University of Massachusetts Medical School55 Lake Ave. NorthWorcester, MA 01655

University of Massachusetts Medical School, Purchasing Department, 333 South St., Shrewsbury, MA 01545, 4/14/10.

PHONE: 508-856-6738CONTACT INFORMATION

PROJECT NUMBER: 716A-2010

FAX: 508-856-7880

PROJECT:Skim and Level all floors per drawing. Tile all floors with new V.C.T., color and pattern per drawing. Approximately 8,100 square feet. The schedule for the project is short and will require contractors to provide a work-plan that will include work outside of normal business hours, including weekend shifts. Contractors must be able to accommodate the construction schedule.

ESTIMATED COST: $60,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bidders conference: 4/21/10 at 2:00 P.M. in the School Lobby at the above agency address. Bidders may request plans to be mailed out by sending a fax request to 508-856-7880 or an email request to [email protected]. Include company name, contact person, street address (no P.O. Box), telephone and fax numbers.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Daniel Richie EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

62

Page 68: Crematory 20100414 Central Register

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

AGENCY:University of Massachusetts Medical School55 Lake Avenue NorthWorcester, MA 01655

University of Massachusetts Medical School, Purchasing Department, 333 South St., Shrewsbury, MA 01545, 4/14/10.

PHONE: 508-856-6738CONTACT INFORMATION

PROJECT NUMBER: 716-2010

FAX: 508-856-7880

PROJECT:Abate all V.A.T. and Cove Base, approximately 8,100 square feet. Considerable off hours work. The schedule for the project is short and will require contractors to provide a work-plan that will include work outside of normal business hours, including weekend shifts. Contractors must be able to accommodate the construction schedule.

ESTIMATED COST: $60,000.00

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 4/29/10 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bidders conference: 4/21/10 at 10:00 A.M.in the School Lobby at the above agency address. Bidders may request plans to be mailed out by sending a fax request to 508-856-7880 or an email request to [email protected]. Include company name, contact person, street address (no P.O. Box), telephone and fax numbers.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Daniel Richie EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Up-Island Regional High School DistrictOffice of the Superintendent of Schools4 Pine St.Vineyard Haven, MA 02568

Above agency address, 4/14/10, 8:30 A.M. - 4:00 P.M.

PHONE: 508-693-2007 ext. 12CONTACT INFORMATION

PROJECT NUMBER: #10-002

FAX: 508-693-3190

PROJECT:The District is seeking architectural/engineering firms with experience in design/renovation of public school buildings in Massachusetts to provide professional services associated with the re-design and development of plans, specifications and construction administration services related to window renovation or replacement at the West Tisbury School.

ESTIMATED COST: $20,000.00 - $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: 5/5/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-Bid Conference: 4/23/10 at 12:00 P.M. at the West Tisbury School, 401 Old County Rd., West Tisbury.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Amelia C. Tierney EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

63

Page 69: Crematory 20100414 Central Register

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

AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129

4/14/10 on the Comm-PASS Website at www.comm-pass.com.

PHONE: 617-242-6000CONTACT INFORMATION

PROJECT NUMBER: WRA-3123

FAX: 617-788-4896

PROJECT:Provide and Install One 300HP Variable Frequency Drive at the New Neponset Pump Station.

ESTIMATED COST: $20,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 4/27/10 at 11:00 A.M. at the New Neponset Facility, University Rd. Extension, Canton. Bidders must contact Ted Otis by 4/26/10 for access instructions.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ted Otis EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

AGENCY:Water Resources Authority, Massachusetts (MWRA)Charlestown Navy Yard100 First Ave. Building 39Boston, MA 02129

4/14/10 on the Comm-PASS Website at www.comm-pass.com.

PHONE: 617-242-6000CONTACT INFORMATION

PROJECT NUMBER: WRA-3124

FAX: 617-788-4896

PROJECT:Fabrication and Installation of Rectangular Manway at the Nut Island Headworks.

ESTIMATED COST: $20,000

PLANS/SPECIFICATIONS AVAILABLE(place, date and time)

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

CONTRACT INFORMATION:

SUB BID CATEGORIES:

SUB BID DEADLINE: GENERAL BID DEADLINE: 5/3/10 @ 3:00 P.M.

ADDITIONAL INFORMATION Pre-bid conference: 4/28/10 at 11:00 A.M. at 147 Sea Ave., Quincy. Bidders must contact Ted Otis by 4/27/10 for access instructions.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Ted Otis EMAIL: [email protected]

CONTRACTOR QUALIFICATION:

64

Page 70: Crematory 20100414 Central Register

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

AGENCY:Worcester State CollegeAdministration Building486 Chandler St. Room 330Worcester, MA 01602

Above agency address, 4/14/10 after 12:00 P.M.

PHONE: 508-929-8426CONTACT INFORMATION

PROJECT NUMBER: WSC 10-08

FAX:

PROJECT:Worcester Center for Crafts Drawing and Painting Studio Renovations, 25 Sagamore Rd., Worcester.

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: 4/28/10 @ 2:00 P.M.

ADDITIONAL INFORMATION Pre-bid walk-through: 4/19/10 at 10:00 A.M. at the project site.

(date and time)(date and time)

AWARDING AUTHORITY AND PROJECT INFORMATION

Nicole LeBlanc EMAIL: [email protected]

CONTRACTOR QUALIFICATION: DCAM Certificate

65

Page 71: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Adams, Town of 8 Park St.Adams, MA 01220

PROJECT NUMBER: Adams BID #10-007PROJECT: Summer Street Reconstruction Project.

AWARDING AUTHORITY:

CONTACTDonna E. Cesan

PHONE 413-743-8317 FAX: 413-743-8309EMAIL: [email protected]

Ludlow Construction Co., Inc.19 Carmelina's CircleLudlow, MA 01056

DelSignore Blacktop Paving42 Brick Church Rd.Troy, NY 12180

Lane Construction1867 East St.Pittsfield, MA 01201

Bridges, LLC85 South Bow St.Milford, MA 01757

A. Pereira Construction Co., Inc.11 Chapin St.Ludlow, MA 01056

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

66

Page 72: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Arlington, Town of Town Hall Annex730 Massachusetts Ave.Arlington, MA 02476

PROJECT NUMBER: 0813.00PROJECT: Arlington Fire Highland and Central Stations Renovations.

AWARDING AUTHORITY:

CONTACTLynn Colbert

PHONE 671-423-1400 FAX: 617-423-2939EMAIL: [email protected]

C.A.M. HVAC & Construction116 Lydia Ann Rd.Smithfield, MA 02917

V. & G. Iron Works1500 Shawsheen St.Tewksbury, MA 01876

Allegheny Contract36 Holton St.Winchester, MA 01890

ProjectDog18 Graf Rd. Suite 8Newburyport, MA 01950

Araujo Brothers Plumbing & HeatiP.O. Box 50225New Bedford, MA 02745

Capeway Roofing Systems, Inc.P.O. Box 708664 Sanford Rd.Westport, MA 02790

Capone Iron Corp.P.O. Box 70620 Turcotte Memorial DriveRowley, MA 01969

The Cheviot Corp.55 Fourth Ave.Needham Heights, MA 02494-27

Contracting Specialists, Inc.453 South Main St.Attleboro, MA 02703

Fernandes Masonry, Inc.1031 Phillips Rd.New Bedford, MA 02745

Quinn Brothers of Essex, Inc.230 Western Ave.Essex, MA 01929

CProjects.com30 Controls Drive Suite 200Shelton, CT 06484

United Steel, Inc.164 School St.East Hartford, CT 06108

Bradford Stone & Tile83 Agawam Ave.Bradford, MA 01835

Chapman WaterproofingP.O. Box 255300395 Columbia Rd.Boston, MA 02125

J.R.J. Construction Co., Inc.71B Washington St.Woburn, MA 01801

Systems Contracting, Inc.7 Scobee CirclePlymouth, MA 02360

Cenedella Masonry, Inc.19 East Walnut St.Milford, MA 01757

Losordo Masonry Services95 Ginger Plum LaneEastham, MA 02642

Acoustek, Inc.20 Ventura DriveNorth Dartmouth, MA 02747

Annese Electrical Services280 Libbey Industrial ParkwayWeymouth, MA 02189

Enterprise Equipment Co.276 Libbey ParkwayWeymouth, MA 02189

Town of Arlington869 Massachusetts Ave.Arlington, MA 02476

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

West Floor Covering, Inc.42 Winter St.Pembroke, MA 02359

P.J. Stella Construction50 Main St.Wakefield, MA 01880

DeIulis Brothers Construction31 Collins Street TerraceLynn, MA 01902

North Shore Steel Co., Inc.P.O. Box 33016 Oakville St.Lynn MA�01905

Avid Ironworks, Inc.40 Rose St.Springfield, MA 01104

Castagna Construction69 Parker St.Newburyport, MA 01950

Kronenberger & Sons Restoration, 175 Industrial Park Rd.Middletown, CT 06457

Wayne J. Griffin Electric116 Hopping Brook Rd.Holliston, MA 01746

Kneeland Plumbing & HeatingP.O. Box 31163 Hammond St.Rowley, MA 01969

Belcour Corp.P.O. Box 81399 Front St.Woonsocket, RI 02895

A.P. Whitaker & Sons652 West Center St.West Bridgewater, MA 02379

Hall Sheet Metal Works11 River St.Middleton, MA 01949

King Painting85 Flagwhip Drive Suite KNorth Andover, MA 01845

Construction Dynamics, Inc.210 Airport Rd.Fitchburg, MA 01420

Colantonio General Contractors16 Everett St.Holliston, MA 01746

V. Locke Contracting25 Hayward St. RearBraintree, MA 02184

Stafford Construction Services, Inc119 Main St.Saugus, MA 01906

Santangelo Flooring75 Christopher St.Dorchester, MA 02122

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

Dependable Masonry, Inc.73 Concord St.North Reading, MA 01864

M. Spinelli & Sons Co., Inc.60 Howard St.Watertown, MA 02472

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

Bello Painting Co., Inc.585 East St.�Weymouth, MA 02188

Dandis Contracting, Inc.636 Washington St. Suite 10Canton, MA 02021

67

Page 73: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

R.J. Forbes Painting Contractor, In228 O'Neil BoulevardAttleboro, MA 02703

Merrimac Tile Co., Inc.18 Tsienneto Rd.Derry, NH 03038

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

Lambrian Construction384 Washington St.Westwood, MA 02090

European Iron Works69 Bennett St.Lynn, MA 01905

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

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

Stronghold Masonry, Inc.801 Water St.Framingham, MA 01701

P.M.A. Consultants25 Braintree Hill Office Park SuiteBraintree, MA 02184

Arrowstreet, Inc.212 Elm St.Somerville, MA 02144

Town of Arlington112 Mystic St.Arlington, MA 02474

Zade Co.140 Beach St.Boston, MA 02111

Roome & Guarracino48 Grove St.Somerville, MA 02144

McGraw Hill Construction/Dodge Reports 34 Crosby Drive�Suite 201Bedford, MA 01730

Reed Construction Data30 Technology Parkway South Suit500Norcross, GA 30092

Robert W. Irvine & Sons, Inc.147 Blossom St.Lynn, MA 01902

McLaughlin Marble & Tile Co., In23 Commercial Way Unit CHanson, MA 02341

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

Costa Brothers Masonry, Inc.2 Lambeth Park DriveFairhaven, MA 02719

Capital Masonry Corp.277 South St.Walpole, MA 02081

N.E.R. Construction Management, 31 West St.Randolph, MA 02368

P.J. Dionne Co. Mechanical Contractors60 Jonspin Rd.Wilmington, MA 01887

M-V Electrical Contractors, Inc.10 Conduit St.Acushnet, MA 02743

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

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

Bay Steel Co.87 Lake St.Halifax, MA 02338

Greenwood Industries Inc.P.O. Box 2800Worcester, MA 01613-2800

AGENCY:

Barnstable, Town of Procurement230 South St.Hyannis, MA 02601

PROJECT NUMBER:PROJECT: Cost of Service Study and Rate Structure Analysis for the Water

Pollution Control Facility.

AWARDING AUTHORITY:

CONTACTJohanna Boucher

PHONE FAX:EMAIL:

Tutela Engineering Associates, Inc12 Bay St.Wilmington, MA 01887

Weston & Sampson5 Centennial Drive Peabody, MA 01834

J.A.G.T.18310 Montgomery Village Ave. Suite 500Gaithersburg, MD 20879

Raftelis Financial Consultants, In1031 South Caldwell St. Suite 10Charlotte, NC 28203

Pioneer Consulting Group, Inc.P.O. Box 382 Woodbury, CT 06798

Tata & Howard, Inc.10 Riverside Drive Lakeville, MA 02347

Willdan7380 Sand Lake Rd. Orlando, FL 32819

Hazen & Sawyer, P.C.24 Federal St. Suite 302Boston, MA 02110

G.D.S. Associates, Inc.1850 Parkway Place Suite 800 Marietta, GA 30067

Wright-Pierce200 Brickstone Square Suite 505Andover, MA 01810

Nelsnick Enterprises196 Alps Rd. Suite 2-232Athens, GA 30606

68

Page 74: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Buckland, Town of Public Library Trustees17 State St.Buckland, MA 01370

PROJECT NUMBER:PROJECT: Buckland Public Library Addition and Renovations.

AWARDING AUTHORITY:

CONTACTChip Greenberg

PHONE 802-387-2457 FAX: 802-387-4533EMAIL: [email protected]

Icon West Corp.251 Taylor St.Springfield, MA 01105

Berger Painting, Inc.90 Sargeant St.Holyoke, MA 01040

Deerfield Valley Re-Fab, Inc.8 North St.South Deerfield, MA 01373

McGraw-Hill Construction 34 Crosby Drive Suite 201Bedford, MA 01730

Aquadro & Cerruti, Inc.P.O. Box 656Texas Rd.Northampton, MA 01061

B-G Mechanical Contractors, Inc.6 Second Ave.Chicopee, MA 01020

Boulanger’s Plumbing & HeatingP.O. Box 89373 Main St.Easthampton, MA 01027

A.J. Virgilio Construction, Inc.86 Summit Lock Rd.Westfield, MA 01085

Collins Electric53 Second Ave.Chicopee, MA 01020-4697

Arctic Refrigeration20 Oak Hill Rd.Greenfield, MA 01301

Kurtz, Inc.810 Southampton Rd.Westfield, MA 01085

ProjectDog18 Graf Rd.Newburyport, MA 01950-4030

Evergreen Construction39 Sullivan St.Springfield, MA 01104

Cantarella & Son, Inc.1591 East St.Pittsfield, MA 01201

Yankee Technology, Inc.280 Moody St.Ludlow, MA 01056

Adams Plumbing & Heating, IncP.O. Box 12665 Printworks DriveAdams, MA 01220

Royal Steam Heater Co.P.O. Box 427499 Main St.Gardner, MA 01440

Bowditch & Marinelli, Inc.42 Lagrange St.Worcester, MA 01610

Goodless Electric Co., Inc.100 Memorial Ave.West Springfield, MA 01090

Amp Electrical, Inc.P.O. Box 343East Longmeadow, MA 01028

Northeast Painting Associates, Inc.881 North King St.Northampton, MA 01060

Gable Electric, Inc.5A Westview Rd.Pittsfield, MA 01201

Allegrone Construction Co., Inc.273 Newell St.Pittsfield, MA 01201

Champlain Masonry, Inc.P.O. Box 26952695 Federico DrivePittsfield, MA 01202

Quality Contracting, Inc.534 Cambridge St.Worcester, MA 01610

R.A.C. Builders12 School St.Agawam, MA 01001

Elm Electrical, Inc.68 Union St.Westfield, MA 01085

Bergeron Electrical Services, Inc36 Gunn Rd. Ext.Southampton, MA 01073

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

Forish ConstructionP.O. Box 358 21 Mainline DriveWestfield, MA 01086

AGENCY:

Cambridge, City of Purchasing Department 795 Massachusetts Ave.Cambridge, MA 02139

PROJECT NUMBER: 5179PROJECT: Cambridge Cemetery Stair Restoration Project 2010.

AWARDING AUTHORITY:

CONTACTCynthia Griffin

PHONE 617-349-4310 FAX: 617-349-4008EMAIL: [email protected]

Camdele Construction 154 Salem St. Boston, MA 02113

DiBara Enterprises 25 Howard St.Fitchburg, MA 01420

ProjectDog 18 Graf Rd.Newburyport, MA 01950

69

Page 75: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Cambridge, City of Purchasing Department 795 Massachusetts Ave.Cambridge, MA 02139

PROJECT NUMBER: 5177PROJECT: HVAC Upgrades, Gately Youth Center.

AWARDING AUTHORITY:

CONTACTCynthia Griffin

PHONE 617-349-4310 FAX: 617-349-4008EMAIL: [email protected]

C.A.M. HVAC & Construction, Inc116 Lydia Ann Rd.Smithfield, RI 02917

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

Hall Sheet Metal Works, Inc. 11 River St. Suite #1Middleton, MA 01949

Mancini Sheet Metal 9 Innis DriveBillerica, MA 01821

ProjectDog 18 Graf Rd.Newburyport, MA 01950

AGENCY:

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

PROJECT NUMBER: 2010-7PROJECT: Sahlin Circle Water Main.

AWARDING AUTHORITY:

CONTACTNorma Collins

PHONE 508-553-4866 FAX: 508-541-5253EMAIL: [email protected]

G.R. Construction Corp.25 Aimee's WayFitchburg, MA 01420

Five Oaks Co., Inc.152 Broadmeadow Rd.Groton, MA 01450

C. Naughton Corp.48 Dorothy DriveWeymouth, MA 02188

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

AGENCY:

Gloucester, City of 9 Dale Ave.Gloucester, MA 01930

PROJECT NUMBER: 10154PROJECT: Eastern Ave. and Various Road Improvements.

AWARDING AUTHORITY:

CONTACTJody Honsa

PHONE 978-281-9710 FAX: 978-281-8763EMAIL: [email protected]

Brox Industries1471 Methuen St.Dracut, MA 01826

Aggregate Industries1715 BroadwaySaugus, MA 01906

Tasco Construction92 Stony Brook Rd.Belmont, MA 02478

70

Page 76: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Granby, Town of 250 State St.Granby, MA 01033

PROJECT NUMBER: 09-2102PROJECT: Window Replacement at Kellogg Hall, Town Hall.

AWARDING AUTHORITY:

CONTACTCraig Spice

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

Gardner Construction & Industrial Services, Inc.47 Olivine St.Chicopee, MA 01013

Thayer Street Associates8 Coates Ave.South Deerfield, MA 01373

Garland Construction Corp.40 Old James St.Chicopee, MA 01020

Lockheed Window Corp.P.O. Box 166Route 100Pascoag, RI 02859

R.A.C. Builders, Inc.P.O. Box 84612 School St.Agawam, MA 01001

National Vinyl, LLC7 Coburn St.Chicopee, MA 01013

Wesfield Construction Co., Inc.P.O. Box 1295 Lyman WayWest Chesterfield, NH 03466

Pella Products, Inc.69 Ashley Ave.West Springfield, MA 01089

Kapiloff’s Glass, Inc.47 New Ashford Rd.Williamstown, MA 01267

AGENCY:

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

PROJECT NUMBER:PROJECT: Building Envelope Repairs at Lynn Classical High School.

AWARDING AUTHORITY:

CONTACTCharles E. White

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

New England Builders & ContractoInc.290 Broadway Suite 137Methuen, MA 01844

Reliable Roofing Co.105 Irving St.Framingham, MA 01702

AGENCY:

Marblehead, Town ofBoard of Water and Sewer Commissioners100 Tower Way Building 11Marblehead, MA 01945

PROJECT NUMBER: 155PROJECT: Cleaning and Lining of Water Mains.

AWARDING AUTHORITY:

CONTACTMyles Killar

PHONE 781-890-3980 FAX: 781-890-1491EMAIL:

Umbro & Sons Construction Corp.P.O. Box 255654Boston, MA 02125

71

Page 77: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Needham, Town of Permanent Public Building Committee470 Dedham Ave.Needham, MA 02492

PROJECT NUMBER: 1ORFC-650BXAPROJECT: Newman Elementary School Modular Classrooms and Associated

Site Preparation.

AWARDING AUTHORITY:

CONTACTDRA Architects

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

Triumph Leasing Corp.194 Ayer Rd.Littleton, MA 01460

Vanguard Modular Building System152 Sylvan St. 3rd FloorDanvers, MA 01923

Sprung Instant Structures, Inc.P.O. Box 971Melrose, MA 02176

Modspace215 Millennium CenterLakeville, MA 02347

William Scotsman, Inc., Branch 1348 Dick Tracy DrivePelham, NH 03076-2154

MSpace35 Pratt St. Suite 105Essex, CT 06426

AGENCY:

Quincy, City ofHousing Authority 80 Clay St.Quincy, MA 02170

PROJECT NUMBER: 200-1 Snug Harbor FamilyPROJECT: Exterior Envelope Repairs at Snug Harbor 200-1, DHCD Project

#243053.

AWARDING AUTHORITY:

CONTACTLester Gee

PHONE 617-847-4378 ext. 202 FAX: 617-328-0297EMAIL: [email protected]

Seaver Construction, Inc.57 Russell St.Woburn, MA 01801

V. Locke Contracting25 Hayward St.Braintree, MA 02184

Colantonio16 Everett St.Holliston, MA 01746

Wayne J. Griffin Electric116 Hopping Brook Rd.Holliston, MA 01746

72

Page 78: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Reading, Town of Municipal Light Department230 Ash St.Reading, MA 01867

PROJECT NUMBER: 2010-13PROJECT: All labor, skills, supervision, tools, equipment and materials for

removal and replacement of existing cooling towers and controls..

AWARDING AUTHORITY:

CONTACTCraig Owen

PHONE 781-942-6440 FAX: 781-944-6654EMAIL: [email protected]

Alpha Mechanical Services6 Kidder Rd.Chelmsford, MA 01824

Ansyris Group312 Concord Rd.Billerica, MA 01821

C.A.M. HVAC & Construction, Inc116 Lydia Ann Rd.Smithfield, RI 02917

Controlled Systems HVAC, Inc.50A Northwestern Drive Unit #1Salem, NH 03079

Cooling & Heating Specialists, Inc151A California St.Newton, MA 02458

Enterprise Equipment Co., Inc.276 Libbey ParkwayWeymouth, MA 02189

Falite Brothers, Inc.9 BroadwayWakefield, MA 01880

Fraser Engineering Co., Inc.65 Court St.Newton, MA 02460-9142

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

Healthy Air Solutions, Inc.29 Walnut Rd.Norwell, MA 02061

Honeywell Automation & Control Solutions65 Shawmut Rd.Canton, MA 02021

James Devaney Fuel Co. (1403PTP.O. Box 9120177 Wells Ave.Newton, MA 02459

Lemar HVAC, Inc.12 Westover DriveLynnfield, MA 01940

M.M. Environmental Engineering, 153 Wagon TrailHanson, MA 02341

Merrimack Valley Contractors, Inc118 Hampson St.Dracut, MA 01862

Multitemp Mechanical Corp.231 Norfolk St.Walpole, MA 02081

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

Poirier & Springer, Inc.17E Sterling Rd.Billerica, MA 01862

ProjectDog18 Graf Rd. Suite 8Newburyport, MA 01950

Reed Construction Data30 Technology Parkway SouthNorcross, GA 30092

U.G.L. Unicco11 Robert Toner Boulevard Suite 5273North Attleboro, MA 02760

AGENCY:

Tisbury, Town ofP.O. Box 788Vineyard Haven, MA 02568

PROJECT NUMBER:PROJECT: Annual Alarm Repair/Maintenance/Monitoring.

AWARDING AUTHORITY:

CONTACTMarie Maciel

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

Simplex Grinnell296 Wampanoag Trail East Providence, RI 02914

73

Page 79: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Capital Asset Management, Division of (DCAM)1 Ashburton Place Room 1610Boston, MA 02108

PROJECT NUMBER: DPH0705 #HC1PROJECT: Roof/Envelope repairs at Mass State Hospital School in Canton.

AWARDING AUTHORITY:

CONTACTDCAM Bid Room

PHONE 617-727-4003 FAX: 617-727-5514EMAIL:

Richman Corp.65 Liberty St.Quincy, MA 02169

Kneeland Plumbing & Heating, IncP.O. Box 31163 Hammond St.Rowley, MA 01969

Annese Electrical280 Libbey Industrial ParkwayWeymouth, MA 02189

Bello Painting Co.585 East St.Weymouth, MA 02188

Brite-Lite Electrical Co., Inc.11 Front St.Weymouth, MA 02188

V. Locke Contracting, Inc.25 Hayward St.Braintree, MA 02184

Maron Construction Co., Inc.180 Button Hole DriveProvidence, RI 02940

Wayne J. Griffin Electric116 Hopping Brook Rd.Holliston, MA 01746

Colantonio16 Everett St.Holliston, MA 01745

Wes Construction Co.650 Industrial Ave.Halifax, MA 02338

Superior Sheet Metal, Inc.2 Phillips Rd.Holbrook, MA 02343

Kapiloff's Glass, Inc.47 New Ashford Rd.Williamstown, MA 01267

Kronenberger & Sons Restoration, 175 Industrial Park Rd.Middletown, CT 06457

Northern Contracting Corp.P.O. Box 96Canton, MA 02021

Feeley McAnespie, Inc.P.O. Box 280Chelmsford, MA 01824

Enterprise Equipment276 Libbey ParkwayWeymouth, MA 02189

General Air Conditioning & HeatinCo.7 Gaston St.Dorchester, MA 02121

Bilt-Rite Construction, Inc.150 Shirley St.Boston, MA 02119

AGENCY:

Capital Asset Management, Division of (DCAM)1 Ashburton Place Room 1610Boston, MA 02108

PROJECT NUMBER: SSA0701 #DC2PROJECT: Electrical relocation of North Campus at Salem State College, Salem.

AWARDING AUTHORITY:

CONTACTDCAM Bid Room

PHONE 617-727-4003 FAX: 617-727-5514EMAIL:

Annese Electrical280 Libbey Industrial ParkwayWeymouth, MA 02189

The Chappy Corp.90 Spencer Ave.Chelsea, MA 02150

Wes Construction Co.650 Industrial Ave.Halifax, MA 02338

Bond Brothers145 Spring St.Everett, MA 02149

Ostrow Electrical, Inc.9 Mason St.Worcester, MA 01069

State Electric24 Torrice DriveWoburn, MA 01801

74

Page 80: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Capital Asset Management, Division of (DCAM)1 Ashburton Place Room 1610Boston, MA 02108

PROJECT NUMBER: DCP0505 #HC3PROJECT: Remediation of Salvage Yard at the Former Medfield State Hospital,

Medfield.

AWARDING AUTHORITY:

CONTACTDCAM Bid Room

PHONE 617-727-4003 FAX: 617-727-5514EMAIL:

Tasco Construction, Inc.92 Stony Brook Rd.Belmont, MA 02478

J.A. Polito & Sons, Inc.587C Hartford TurnpikeShrewsbury, MA 01545

Corporate Environmental Advisors127 Hartwell ParkWest Boylston, MA 01583

Nasdi, LLC1365 Main St.Waltham, MA 02451

Wes Construction Co.650 Industrial Ave.Halifax, MA 02338

G.Z.A. GeoEnvironmental, Inc.One Edgewater Dr.Norwood, MA 02062

McConnell Enterprises, Inc.60 Garden ParkBraintree, MA 02184

Northern Construction Service, L775 Pleasant St. Unit 11Weymouth, MA 02189

Bridges, LLCP.O. Box 405Sandown, NH 03873

L.M. Heavy Civil Construction, LL10 Commerce WayWestford, MA 01886

Dowling Corp.713 Dedham St.Wrentham, MA 02093

J. D'Amico, Inc.10 York Ave.Randolph, MA 02368

Maverick Construction ManagemenServices, Inc.1 Harlan DriveOxford, MA 01540

Weston & Sampson Engineers5 Centennial St.Peabody, MA 01960

AGENCY:

Franklin Regional Transit Authority474 Main St.Greenfield, MA 01301

PROJECT NUMBER:PROJECT: Construction of a regional transit center facility in Greenfield. Main

features include a 22,000 square foot, zero-net energy (ZNEB) transit center building and associated site and utility work.

AWARDING AUTHORITY:

CONTACTMichael Perrault, Assistant Administrator, FRTA

PHONE 413-774-2262 FAX: 413-772-2202EMAIL: [email protected]

Silktown Roofing, Inc.27 Pleasant St.Manchester, CT 06040

All American Fence100 Marble St.Lee, MA 01238

Gagliarducci Construction GeneralContractors295 Pasco Rd.Springfield, MA 01151

Chabot & Burnett Construction CInc.36 Ramah Circle NorthAgawam, MA 01001-1516

Tougher Industries, LLC47 BroadwayAlbany, NY 12204

Piquette & Howard Electric ServicInc.222 Plaistow Rd.Plaistow, NH 03865

Royal Steam Heater Co.P.O. Box 427499 Main St.Gardner, MA 01440

Amp Electrical, Inc.1420 Union St.West Springfield, MA 01089

K.B.E. Building Corp.30 Batterson Park Rd.Farmington, CT 06032

Eagle Elevator176 Norfolk Ave.Boston, MA 02119

Electrical Contractors, Inc.3510 Main St.Hartford, CT 06120

A.D.T. Security Services, Inc.76 Capital DriveWest Springfield, MA 01089

Eastfield Glass Co., Inc.314 Pasco Rd.Indian Orchard, MA 01151

Mobil Welding Service Gem Mechanical Services H.F.P. Fire Sprinkler

75

Page 81: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Mount Greylock Regional School District1781 Cold Spring Rd.Williamstown, MA 01267

PROJECT NUMBER:PROJECT: Mount Greylock Regional School District Repairs to the Boys and

Girls Locker Rooms.

AWARDING AUTHORITY:

CONTACTEllen Kaiser

PHONE 413-458-9582 FAX: 413-458-2856EMAIL: [email protected]

Conserve Thru Control, Inc.P.O. Box 377Adams, MA 01220

Interior Specialist8 Sparrow St.Adams, MA 01220

Johnson Controls21 Griffin Rd. North Suite 4Windsor, CT 06095

Burke Construction6 Renfrew St.Adams, MA 01220

CProjects.com30 Controls Drive Suite 200Shelton, CT 06484

Champlain Masonry, Inc.P.O. Box 2695Pittsfield, MA 01201

Collins ElectricP.O. Box 3311Springfield, MA 01101-3311

Gable Electric5A Westview Rd.Pittsfield, MA 01201

Gigliotti ElectricP.O. Box 553Pittsfield, MA 01201

Inglewood Development Corp.123 Dwight Rd.Longmeadow, MA 01106

John W. Egan Co., Inc.3 Border St.West Newton, MA 02465

Kurtz, Inc.810 Southampton Rd.Westfield, MA 01086

McGraw Hill Construction Dodge34 Crosby Drive Suite 201Bedford, MA 01730

Northeast Painting Associates, Inc.881 North King St.Northampton, MA 01060

Salco Construction Co.77 Fourth St.Pittsfield, MA 01201

S.N.E. Building SystemsP.O. Box 57529 Kripes Rd.East Granby, CT 06026

Sommer Electric, Inc.60 Printworks DriveAdams, MA 01220

Charles Cardillo Plumbing & Heati31 Britton St.Pittsfield, MA 01201

Atlantis Equipment16 Printworks DriveAdams, MA 01220

AGENCY:

Mount Greylock Regional School District1781 Cold Spring Rd.Williamstown, MA 01267

PROJECT NUMBER:PROJECT: Heating Plant Upgrade Phase II.

AWARDING AUTHORITY:

CONTACTEllen Kaiser

PHONE 413-458-9582 FAX: 413-458-2856EMAIL: [email protected]

Cardillo Mechanical ContractingP.O. Box 639814 East St.Pittsfield, MA 01202

Pittsfield Pipers, Inc.P.O. Box 38673 Fourth St.Pittsfield, MA 01202-1386

ProjectDog18 Graf Rd. #8Newburyport, MA 01950

R.I. Baker Co., Inc.P.O. Box 895North Adams, MA 01247

Sommer Electric, Inc.60 Printworks DriveAdams, MA 01220

Conserve Thru Control, Inc.P.O. Box 377Adams, MA 01220

M. & W. Heating272 Hubbard Ave.Pittsfield, MA 01201

Adams PlumbingP.O. Box 125665 Printworks DriveAdams, MA 01220

McGraw Hill Construction34 Crosby Drive Suite 201Bedford, MA 01730

76

Page 82: Crematory 20100414 Central Register

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTSCR-5

AGENCY:

Norfolk County614 High St.Dedham, MA 02026

PROJECT NUMBER:PROJECT: Renovation of Bunker on Hole 13 for the Wollaston Recreational

Facility.

AWARDING AUTHORITY:

CONTACTNancy R McNealy

PHONE 781-461-6139 FAX: 781-326-6480EMAIL: [email protected]

Bowditch Excavating, Inc.P.O. Box 527Accord, MA 02018

Fleming Brothers, Inc.106 Columbia St.Quincy, MA 02169

D.H.Y. Golf Services8 Meadow Park Rd.Plymouth, MA 02360

M.A.S. Golf Course Renovation84 O St. Suite 2South Boston, MA 02127

Welm Corp.357 South Main St.West Bridgewater, MA 02379

On Course Golf16 Maple St.Acton, MA 01720

AGENCY:

Norfolk County614 High St.Dedham, MA 02026

PROJECT NUMBER:PROJECT: Maintenance and Repair of HVAC and Air Conditioner Services for

Various County Buildings.

AWARDING AUTHORITY:

CONTACTNancy R McNealy

PHONE 781-461-6139 FAX: 781-326-6480EMAIL: [email protected]

Air & Refrigeration1171 Washington St.Weymouth, MA 02189

Johnson Controls39 Salem St.Lynnfield, MA 01940

U.S. Air Conditioning Heating36 Finnell Drive Suite 1Weymouth, MA 02189

J.A. Marino Automatic Heating C205 South St.Jamaica Plain, MA 02130

C.A.M. HVAC & Construction116 Lydia Ann Rd.Smithfield, RI 02917

M.M. Environmental EngineeringP.O. Box 170Hanover, MA 02339

Cooling & Heating Specialists151A California St.Newton, MA 02458

D. & F. Plumbing & Heating7 Business St.Dedham, MA 02026

Healthy Air Solutions29 Walnut Rd.Norwell, MA 02061

National Maintenance & Service CP.O. Box 13561 Endicott St.Norwood, MA 02062

Varsity Facility Services4 Tower Farm Rd.Billerica, MA 01821

Performance Piping HVAC52 Brook Rd.Needham, MA 02494

Mercury Mechanical732 Washington St.Weymouth, MA 02188

McQuay Service960 Turnpike St.Canton, MA 02021

East Coast Petroleum1185 Turnpike St.Stoughton, MA 02072

Controlled Tech70 Zachary Rd.Manchester, NH 03109

Northeastern Mechanical, Inc.11 Newbury St.Quincy, MA 02171

AGENCY:

Youth Services, Department of 27 Wormwood St. 4th FloorBoston, MA 02210

PROJECT NUMBER: DYS 10-02PROJECT: Temporary Steam Boilers at Westborough State Hospital Allen Hall

and Sharp Buildings, 288 Lyman St., Westborough.

AWARDING AUTHORITY:

CONTACTMerylle C. Chase

PHONE 617-960-3267 FAX: 617-951-2409EMAIL: [email protected]

The Wilkinson Co.405 VFW DriveRockland MA 02370

Enterprise Equipment Co., Inc.276 Libbey Parkway Weymouth, MA 02189

Worcester Boiler, LLC.76 Webster St.Worcester, MA 01603

ProjectDog18 Graf Rd. Unit 8Newburyport, MA 01950

Dillon Boiler Services Co., Inc.380 Crawford St.Fitchburg, MA 01420

Multitemp Mechanical Corp.231 Norfolk St.Walpole, MA 02081

Limbach Co., LLC180 New Boston St.Woburn, MA 01801

C.A.M. HVAC & Construction, I116 Lydia Ann Rd.Smithfield, RI 02917

77

Page 83: Crematory 20100414 Central Register

78

Page 84: Crematory 20100414 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Bellingham, Town of 60 Harpin St.Bellingham, MA 02019

Jim Testa

PHONE: 508-883-1706 ext. 101

DESCRIPTION:Professional Design Services for Roof Repairs and Related work.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 10-02.23

FAX: 508-883-1475

CONTRACT AMOUNT:

Project has been cancelled.

Sub Contract Award:

EMAIL:

PROJECT TYPE: Designer Services

AGENCY:Beverly, City ofHousing Authority137R Bridge St.Beverly, MA 01915

Susan L. Carleton

PHONE: 978-921-2425

DESCRIPTION:Designer Services: New Four Unit Development and Rehabilitation of an Existing Single Family Home, Montserrat Affordable Rental Family Housing.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: DHCD #030055

FAX: 978-922-0065

CONTRACT AMOUNT:

$110,000.00Studio G ArchitectsThe Brewery179 Boylston St.Jamaica Plain, MA 02130

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: Designer Services

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

Ken MacDonald

PHONE: 617 635-4807

DESCRIPTION:Johnsonson Building Entry Accessibility Improvements.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 6904

FAX: 617 635 4852

CONTRACT AMOUNT:

$66,929.00R. & R. Builders, Inc.350 Park St. Suite 207 SouthNorth Reading, MA 01864

Sub Contract Award:

EMAIL:

PROJECT TYPE: General Contract

79

Page 85: Crematory 20100414 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

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

Ken MacDonald

PHONE: 617 635-4807

DESCRIPTION:Roofing Replacement and Repairs at 1010 Massachusetts Ave. and the City of Boston Animal Shelter.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 6880-A

FAX: 617 635 4852

CONTRACT AMOUNT:

$984,000.00Gibson Roofs, Inc.369 Winter St.Hanover, MA 02339

Sub Contract Award:

EMAIL:

PROJECT TYPE: General Contract

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

Ken MacDonald

PHONE: 617-635-4807

DESCRIPTION:Johnson Building Entry Accessibility Improvements.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 6904

FAX: 617-635 4852

CONTRACT AMOUNT:

R. & R. Builders350 Park St. Suite 207 SouthNorth Reading, MA 01864

Sub Contract Award:

EMAIL:

PROJECT TYPE: General Contract

AGENCY:Boston, City ofHousing Authority52 Chauncy St.Boston, MA 02111

Dan Casals

PHONE: 617-988-4040

DESCRIPTION:Plumbing Repairs at Walnut Park.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 09-091C

FAX: 617-988-4292

CONTRACT AMOUNT:

$262,900.00Enterprise Equipment Co., Inc.276 Libbey ParkwayWeymouth, MA 02189

Sub Contract Award:

EMAIL:

PROJECT TYPE: General Contract

80

Page 86: Crematory 20100414 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Cambridge, City ofPurchasing Department795 Massachusetts Ave.Cambridge, MA 02139

Cynthia H. Griffin

PHONE: 617-349-4310

DESCRIPTION:Chilled Water System Monitoring, West Cambridge Youth and VFW Facility.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 5175

FAX: 617-349-4008

CONTRACT AMOUNT:

$47,323.00C.A.M. HVAC & Construction, Inc.116 Lydia Ann Rd.Smithfield, RI 02917

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:Sidewalk/Public Area Cleaning and Graffiti Removal Services.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 5176

FAX: 617-349-4008

CONTRACT AMOUNT:

$69,900.00S.J. Services, Inc.20 Locust St.Danvers, MA 01923

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Hardwick, Town of 307 Main St.Gilbertville, MA 01031

James W. Gray

PHONE: 413-781 6045

DESCRIPTION:Contract for Water Main Replacement along Main St.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 413-732 2593

CONTRACT AMOUNT:

$148,096.70Jack Goncalves & Sons, Inc.172 Munsing St.Ludlow, MA 01056

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

81

Page 87: Crematory 20100414 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Marlborough, City of 140 Main St.Marlborough, MA 01752

Dick Baldelli, Asst. City Engineer

PHONE: 508-624-6910

DESCRIPTION:Utility Improvements to and Reconstruction of Belmont Street and Appurtenant Work.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: Contract No. ED 2010-03

FAX: 508-624-7699

CONTRACT AMOUNT:

$333,884.70Lorusso Corp.3 Belcher St.Plainville, MA 02762

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Melrose, City ofHousing Authority910 Main St.Melrose, MA 02176

Lois Lothrop

PHONE: 781-665-1622

DESCRIPTION:Julian Steele House Community Ceiling Asbestos Abatement and small roof repair.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 178021024

FAX: 781-665-6043

CONTRACT AMOUNT:

$125,950.00All State Abatement Professionals, Inc.4 Wilder DrivePlaistow, NH 03865

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Newburyport, City of Office of Planning and Development60 Pleasant St.Newburyport, MA 01950

Geordie Vining, Senior Project Manager

PHONE: 978-465-4400

DESCRIPTION:Clipper City Rail Trail Signage and Enhancement Project.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER:

FAX: 978-465-4452

CONTRACT AMOUNT:

$61,500.00Batten Brothers, Inc.893 Main St.Wakefield, MA 01880

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

82

Page 88: Crematory 20100414 Central Register

CENTRAL REGISTER - CONTRACT AWARDCR-4

AGENCY:Newton, City of1000 Commonwealth Ave.Newton, MA 02459

Re Cappoli

PHONE: 617-796-1220

DESCRIPTION:Area B Sewer Rehabilitation, Phase 1.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: 10-26

FAX: 617-796-1227

CONTRACT AMOUNT:

$2,239,982.85National Water Main Cleaning Co.25 Marshall St.Canton, MA 02021

Sub Contract Award:

EMAIL: [email protected]

PROJECT TYPE: General Contract

AGENCY:Worcester State College486 Chandler St.Worcester, MA 01602

Nicole LeBlanc

PHONE:

DESCRIPTION:Learning Resource Center Entrance Renovations Project.

AWARDING AUTHORITY:

CONTACT INFORMATION:

CONTRACT AWARDED TO:

PROJECT NUMBER: LRC Entrance Renovations

FAX:

CONTRACT AMOUNT:

$621,890.00Seaver Construction, Inc.57 Russell St.Woburn, MA 01801

Sub Contract Award: Acoustical Tile: Central Ceiling. Resilient Flooring: Capital Carpet & Flooring Specialists. Plumbing: Grasseschi Plumbing & Heating. HVAC: General Air Conditioning. Electrical: Renaud Electric & Communications.

EMAIL: [email protected]

PROJECT TYPE: General Contract

83

Page 89: Crematory 20100414 Central Register

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

AGENCY:Acton, Town of 472 Main St.Acton, MA 01720

Ryan D. Pace

PHONE 617-621-6528

DESCRIPTION OF PROPERTY:

Vacant land, containing approximately 20,210 square feet, located at 6 Piper Rd., Acton, identified as Parcel 18-1 on Acton Assessor's Map H-3A. The Town of Acton has determined that advertising pursuant to M.G.L. c. 30B, § 16(d), will not benefit the interests of the public agency because of the following unique qualities or location of the real property to be acquired: The property contains approximately 20,210 square feet of land and approximately 121 feet of frontage and is uniquely suited for combination with a portion of the property at 8 Piper Lane that has no frontage and that is owned by the Town to create a legal saleable house lot. The property at 8 Piper Lane is shown as Parcels 4-1 and 4 on Acton Assessor’s Map H-3A.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 617-621-6628

ESTIMATED VALUE, SOURCE OF VALUATION:$39,000, appraisal and negotiated purchase price.

PROPOSAL DEADLINE DATE AND TIME:

ADDITIONAL INFORMATION The following persons have or will have a direct or indirect beneficial interest in the real property described above from the disclosure required by M.G.L. c. 7, § 40J: John N. Horne and Susan E. Horne of Harvard, MA.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Ashburnham, Town of 32 Main St.Ashburnham, MA 01430

Douglas Briggs

PHONE 978-827-4100

DESCRIPTION OF PROPERTY:

The George F. Stevens Municipal Building consists of two stories with a basement. It is located at 30 Main Street, Ashburnham. The first floor of the building is finished and is approximately 2,300 square feet and is divided roughly into four rooms, two are reasonably large. There is also a second floor attic and a basement, however, neither is handicapped accessible.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 978-827-4105

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

5/14/10

ADDITIONAL INFORMATION

Email: [email protected]

12:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

84

Page 90: Crematory 20100414 Central Register

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

AGENCY:Boston, City of Department of Neighborhood Development (DND)Bid Counter26 Court St. 10th FloorBoston, MA 02108

Bernard Mayo, Project Manager

PHONE 617-635-0297

DESCRIPTION OF PROPERTY:

City Square (Ward 02, Parcel #03627-020), approximately 1,811 square feet in the Charlestown District of the City of Boston. This Request for Proposals (RFP) is soliciting proposals for the rehabilitation of City Square (Ward 2, Parcel #03627-020) in the Charlestown District of the City of Boston for commercial use only.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

5/24/10

ADDITIONAL INFORMATION The City of Boston, acting by and through its Public Facilities Commission by the Director of the DND, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property, Residential, commercial and institutional buildings. RFP package will be available on 4/12/10 at the above agency address, 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:Chelmsford, Town ofHousing AuthorityCHOICE, Inc.10 Wilson St.Chelmsford, MA 01824

Lynn Peterson, Development Consultant

PHONE 617-367-0520 ext. 11

DESCRIPTION OF PROPERTY:

Unique opportunity to purchase property at 173 Carlisle Rd., Westford for conversion of vacant building to affordable housing. Parcel is 1.6 acres and contains a 6400 square foot building. Seller is Don Drew and Terry Hughes (as the executor of the estate of Nicholas Zaher.) Property fits Westford master plan goals of re-developing property as first priority and locating affordable units throughout the town.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 617-367-1676

ESTIMATED VALUE, SOURCE OF VALUATION:$315,000.

PROPOSAL DEADLINE DATE AND TIME:

ADDITIONAL INFORMATION This is a notice of unique property acquisition, not an RFP.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

85

Page 91: Crematory 20100414 Central Register

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

AGENCY:Chelmsford, Town ofHousing AuthorityCHOICE, Inc.10 Wilson St.Chelmsford, MA 01824

Lynn Peterson, Development Consultant

PHONE 617-367-0520 ext. 11

DESCRIPTION OF PROPERTY:

Unique opportunity to acquire vacant land in residential-commercial area for development of affordable housing. Site is 9 Manahan St., Chelmsford. Site was identified in town's affordable housing plan as suitable for affordable housing given easy access to public transportation and services. Seller is Charles Wojtas.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 617-367-1676

ESTIMATED VALUE, SOURCE OF VALUATION:$205,000.

PROPOSAL DEADLINE DATE AND TIME:

ADDITIONAL INFORMATION This is a notice of unique acquisition, not an RFP.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Easton, Town ofPublic SchoolsOffice of the Superintendent of SchoolsP.O. Box 359, 50 Oliver St.North Easton, MA 02356-0359

Dr. Michael Green

PHONE 508-230-3200 ext. 2

DESCRIPTION OF PROPERTY:

Easton Public Schools is seeking office space in the Town of Easton to accommodate the offices of the Superintendent of Schools, Fiscal Affairs, Curriculum Office and Special Services. Proposed office space must meet handicapped accessibility requirements, provide ample parking for the staff and visitors and be centrally located in relationship to the seven existing public school buildings.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: NO 2-10 FY 11

FAX 508-238-3563

ESTIMATED VALUE, SOURCE OF VALUATION:

PROPOSAL DEADLINE DATE AND TIME:

5/14/10

ADDITIONAL INFORMATION Bidders may obtain copies of the specifications at the above agency address on or after 4/14/10.

Email: [email protected]

12:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

86

Page 92: Crematory 20100414 Central Register

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

AGENCY:Hamilton, Town of P.O. Box 429577 Bay Rd.Hamilton, MA 01936

Christine Lindberg

PHONE 978-468-5572

DESCRIPTION OF PROPERTY:

Development of closed landfill parcel at 500 Chebacco Rd., of 58 acres +/-, with minimum of ten acres developable.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 978-468-2682

ESTIMATED VALUE, SOURCE OF VALUATION:$1.49 million, per Hamilton Assessor's Office.

PROPOSAL DEADLINE DATE AND TIME:

7/1/10

ADDITIONAL INFORMATION The Town will be responsible for all requirements in completing landfill closure as required by law. Proposals should show clear concept plan for development of entire property. Applicant can propose development through purchase, lease or joint venture. Request for Proposals document is available on the Hamilton Town website at www.hamiltonma.gov or by email request to the Selectmen's Office at [email protected].

Email: [email protected]

4:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Nantucket, Town ofHousing Authority3 Manta DriveNantucket, MA 02554

Renee H. Ceely, Executive Director

PHONE 508-228-0296

DESCRIPTION OF PROPERTY:

The development parcel, containing approximately 9.12 acres, is located along Surfside Rd., Nantucket, and is shown as Parcel 513 on Tax Map 67, recorded in the Nantucket Registry of Deeds Plan File 44Y, Lot 15. Seeking proposals for the development of approximately 50 units of mixed-income housing for sale to families earning between 60% to 150% of Nantucket's median income.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 01-2010

FAX 508-228-0296

ESTIMATED VALUE, SOURCE OF VALUATION:$2,600,000 appraised value as of 1/4/10.

PROPOSAL DEADLINE DATE AND TIME:

5/20/10

ADDITIONAL INFORMATION The property will be subject to affordable housing deed restrictions in perpetuity, as well as a reverter or right of first refusal in favor of the Nantucket Housing Authority.

Email: [email protected]

12:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

87

Page 93: Crematory 20100414 Central Register

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

AGENCY:Northampton, City ofBoard of Public Works125 Locust St.Northampton MA 01060

Lisa Darragh

PHONE 413-387-6930

DESCRIPTION OF PROPERTY:

Sale of residence on Park Hill Rd., Northampton: 2.4 wooded acres, custom home, cherry cabinetry, granite counters.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX 413-586-5550

ESTIMATED VALUE, SOURCE OF VALUATION:$484,000 by Assessors.

PROPOSAL DEADLINE DATE AND TIME:

5/14/10

ADDITIONAL INFORMATION The City has hired Jones Hutchins Real Estate as agent for the sale, Lisa Darragh is the agent.

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Springfield, City of Office of Procurement36 Court St. Room 405Springfield, MA 01103

Lauren Stabilo

PHONE 413-787-6284

DESCRIPTION OF PROPERTY:

The Department of Parks, Buildings, and Recreation Management is seeking proposals from qualified individuals, corporations or business entities (whether for profit or non-profit) to operate, manage and maintain a beverage concession facility at Barney Carriage House and Emma’s House. The successful proposal will, at minimum, be licensed to serve alcoholic beverages and concessions, provide affordable, high quality beverage items for consumption in a formal/semi-formal/business casual/casual atmosphere(s) during an operating season of 5/1/10 – 4/30/11, possibly seven days per week.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: Bid No. 10-349

FAX 413-787-6295

ESTIMATED VALUE, SOURCE OF VALUATION:$30,000/Year Minimum Bid Offer.

PROPOSAL DEADLINE DATE AND TIME:

5/14/10

ADDITIONAL INFORMATION Site visit: 4/28/10 at 10:00 A.M. at Barney Carriage House, 200 Trafton Rd., Springfield. Bidders may contact Michael Colello, Banquet Manager at the Department of Parks, Buildings, and Recreation Management at 413-787-7733. Questions concerning the RFP may be submitted in writing by 5/5/10 at 4:00 P.M. to Maria Lopez Santiago at the above agency address or by fax to 413-787-6295. Answers will be sent to all vendors who received an RFP through the Office of Procurement.

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

88

Page 94: Crematory 20100414 Central Register

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

AGENCY:Springfield, City ofOffice of Procurement36 Court St. Room 405Springfield, MA 01103

Lauren Stabilo

PHONE 413-787-6284

DESCRIPTION OF PROPERTY:

Services: Lease Food and Beverage Concession at Franconia Golf Course in Springfield. Contract is for one year with the option to renew for two additional years. The Department of Parks, Buildings, and Recreation Management, is seeking proposals from qualified individuals, corporations or business entities (whether for-profit or non-profit) to operate, manage and maintain a food concession facility at the Franconia Golf Course in Springfield. The successful proposal will, at a minimum, provide affordable, high-quality food and beverage items for consumption in a Club house environment during a minimum operating season of March 30 through November 30, daily (seven days a week).

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: 10-476

FAX 413-787-6295

ESTIMATED VALUE, SOURCE OF VALUATION:$18,000/Year, Minimum bid.

PROPOSAL DEADLINE DATE AND TIME:

5/14/10

ADDITIONAL INFORMATION

Email: [email protected]

2:00 P.M.

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

AGENCY:Agricultural Resources, Department of 251 Causeway St. Suite 500Boston, MA 02114

Christine Chisholm

PHONE 617-626-1788

DESCRIPTION OF PROPERTY:

Purchase of an Agricultural Preservation Restriction on 55+/- acres of unique farmland located on Parker Rd. in Dracut, Middlesex County.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER:

FAX

ESTIMATED VALUE, SOURCE OF VALUATION:Appraisal: $980,000.

PROPOSAL DEADLINE DATE AND TIME:

ADDITIONAL INFORMATION Beneficial Interests: Helen C. Mullin; Caroline B. Zuk; Helen C. Mullin Irrevocable Trust; Caroline B. Zuk, Trustee of The Helen C. Mullin Irrevocable Trust.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

89

Page 95: Crematory 20100414 Central Register

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

AGENCY:Conservation and Recreation, Department of (DCR)251 Causeway St. Suite 900Boston, MA 02114

Frank Hartig, Asst General Counsel

PHONE 617-626-1313

DESCRIPTION OF PROPERTY:

9.7 acres undeveloped land comprised of four parcels in the towns of Brewster and Orleans off Nan-Ke-Rafe Rd. and Route 6 abutting Nickerson State Park.

AWARDING AUTHORITY:

CONTACT INFORMATION:

PROJECT NUMBER: S-000-313, 313, 314, 315

FAX 617-626-1301

ESTIMATED VALUE, SOURCE OF VALUATION:$114,000 Independent Appraisal.

PROPOSAL DEADLINE DATE AND TIME:

6/30/10

ADDITIONAL INFORMATION Purchase Price: $80,000.

Email: [email protected]

TRANSACTION TERMS:

ACQUISITION: DISPOSITION:PURCHASE LEASE SALE LEASE

90

Page 96: Crematory 20100414 Central Register

DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE

OFFICE OF LEASING AND STATE OFFICE PLANNING ONE ASHBURTON PLACE, 14th FLOOR – ROOM 1411

BOSTON, MASSACHUSETTS 02108 617-727-8000

WEEK OF APRIL 11, 2010

LEASED SPACE SOUGHT FOR STATE AGENCIES The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease. Deadline Project # User Agency Space Type Usable Sq.

Ft.(USF)Location

04/14/101

2:00 PM

200964000.1 Executive Office of Health & Human Services and its Department of Transitional Assistance, Department of Children and Families and Department of Developmental Services

Office 28,700

Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough, Stow, Sudbury, Wayland, Wellesley or Weston

04/14/10 2:00 PM

201015000.1 Massachusetts Rehabilitation Commission

Office 3,800 Brookline or Newton

04/21/102

2:00 PM

201011000.1 Massachusetts Department of Environmental Protection

Office & Laboratory

35,800 Worcester

Page 97: Crematory 20100414 Central Register

Page

2

04/23/101

2:00 PM

200963000.1 Executive Office of Health & Human Services, and its Department of Children and Families and the Department of Developmental Services

Office 28,100 Hyde Park, Mattapan, Roslindale or West Roxbury

04/28/101

2:00 PM

201010000.1 Executive Office of Health & Human Services, and its Department of Transitional Assistance and the Department of Developmental Services

Office 18,100 Amherst, Belchertown, Blandford, Chesterfield, Chicopee, Easthampton, Granby, Hadley, Hatfield, Holyoke, Montgomery, Northampton, Pelham, Russell, South Hadley, Southampton or Westhampton

05/05/10 2:00 PM

200965000.1 Office of the District Attorney, Middle District

Office 6,100 Auburn, Shrewsbury, Westborough or Worcester

05/12/101

2:00 PM

201018000.1 Executive Office of Health & Human Services, and its Department of Children and Families, Department of Mental Health, Department of Transitional Assistance, and the Massachusetts Rehabilitation Commission

Office 55,200 Lawrence, Amesbury, Andover, Boxford, Bradford, Byfield, Georgetown, Groveland, Haverhill, Merrimac, Methuen, Newbury, Newburyport, North Andover, Rowley, Salisbury or West Newbury

Page 98: Crematory 20100414 Central Register

Page

3

05/19/10 2:00 PM

201024000.1 Executive Office of Health & Human Services, and its Department of Children and Families, Massachusetts Rehabilitation Commission, and the Department of Developmental Services

Office 27,800 to house three agencies1

OR 10,400 for the Department of Developmental Services and the Massachusetts Rehabilitation Commission3

OR 18,200 for the Department of Children and Families3

Quincy, Weymouth or Braintree

05/19/10 2:00 PM

201028000.1 Worcester Sheriff’s Department

Office & Client Services

4,500 Webster or Dudley, within three miles of the Dudley District Courthouse located at 279 West Main Street

05/27/102

2:00 PM

201025000.1 Executive Office of Health & Human Services, and its Department of Transitional Assistance, Department of Children and Families, Massachusetts Rehabilitation Commission and the Department of Developmental Services

Office 9,400 North Adams, Adams, Cheshire, Clarksburg, Florida, Monroe, Savoy or Williamstown

1 Ten year term, with Tenant’s right to surrender up to 25% of the Usable Area any time after the third anniversary of the Date of Occupancy 2 Ten year term 3 Five year term

Page 99: Crematory 20100414 Central Register
Page 100: Crematory 20100414 Central Register
Page 101: Crematory 20100414 Central Register

"''''Public awarding authorities are advised to check all three lists. Applicable law prohibitsfirms 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 agenciesand entities from soliciting or considering bids or proposalsfrom debarred individuals andfinns

and prohibits execution, renewal or extension of contracts with an individual or finn debarredby any of the above referenced governmental entities.

** Please note that this list consists only of individuals andfirms debarred by the Division ofCapital Asset Management pursuant to G.L. c. 29, §29F and G.L. c. 149, §44C. The

Massachusetts Office of the Attorney General maintains a separate list of additional individualsandfirms debarred by that office that is available in the Central Register or by contacting theAttorney General's Office directly at (617) 727-2200 x. 3277. The United States Government

also maintains a list of contractors debarred by federal agencies which is available on theinternet at httD://enls.arnet.gov

DAVID B. PERINI

COMMISSIONER

LESLIE KIRWAN

SECRETARY

ADMINISTRATION & FINANCE

Tel: (617) 727-4050Fax: (617) 727-5363

CONTRACTORS DEBARRED OR SUSPENDEDBY THE

DIVISION OF CAPITAL ASSET MANAGEIV1ENT

~ The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK

GOVERNOR

TIMOTHY P. MURRAY

WEtrrENANT GOVERNOR

No Firms Are Currently Debarred by the Division of Capital Asset Management,check the resources listed above for other debarments.

«;4

Page 102: Crematory 20100414 Central Register

1

THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL

ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108

MARTHA COAKLEY (617) 727-2200 ATTORNEY GENERAL www.ago.state.ma.us

DEBARMENT LIST: March 10, 2010

1. Milton Marder of 18 Maple Street, Maynard, MA 01754, is debarred for a period of 8

years beginning March 16, 2005 through March 15, 2013. 2. TMJ Construction Corporation, and its owner, Michael Jenkins, both of 72

Amherst Road., Merrimack, NH, 03054, are debarred for a period of 5 years beginning April 13, 2006 through April 12, 2011.

3. James A. Curran, of 7 Curran Lane, Holyoke, MA 01040, is debarred for a period of 5

years beginning April 5, 2006 through April 4, 2011. 4. Rand Stoneworks, Inc. of 326 U.S. Route 1, Scarborough, ME 04074 and John

Jeffrey Rand, its president, of 46 Belfield Road, Cape Elizabeth, ME 04107, are debarred for a period of 10 years beginning March 14, 2007 through March 13, 2017.

6. Shannon Construction Corporation, of 15 Speedway Avenue, Brighton, MA 02134

and Laurence Moloney, its owner, of 15 Highgate Road, Wayland, MA 01778, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties from March 20, 2008 through March 19, 2011.

6. Floor Sanders and Finishers of Massachusetts and Verouj Nersesian, both of 214

Lincoln Street, Allston, MA 02134, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning April 7, 2008 through April 6, 2010.

7. 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.

8. Olympic Painting and Roofing, Inc. and George Vosiliodes, both of 515 Lowell

Street, Peabody, MA 01960, are debarred pursuant to M.G.L. c.152, §25C beginning August 6, 2008 through August 5, 2011.

9. Homer Contracting and Ekatenni Bouboulis, both of 195 Broadway Arlington, MA

02174, are debarred pursuant to M.G.L. c.152, §25C beginning February 23, 2009 through August 22, 2010.

Page 103: Crematory 20100414 Central Register

2

10. J. Macc Construction and James Carney, both of 62 Freetown Road, #24, Raymond, NH, 03077, are debarred pursuant to M.G.L. c. 149, § 27C beginning March 31, 2009 through March 30, 2010. 11. Wachuestts Concrete and Richard A. Wackell, its owner, both of 2046 Main Street, Jefferson, MA 01522, are debarred pursuant to M.G.L. c. 149, § 27C beginning April 26, 2009 through April 25, 2010. 12. Garcia Drywall, Inc. of 20 Query Street, New Bedford, MA 02740 and Emanuel Garcia, its owner, are debarred pursuant to M.G.L. c.149, §27 and §27C beginning May 27, 2009 through May 26, 2010. 13. American East Painting, Inc. of 56 Ballou Avenue, Dorchester, MA 02124 and Anthony Celestine, its owner are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning August 4, 2009 through August 3, 2010. 14. SRS Contractors, Inc. of 153 Winthrop Avenue, Lowell, MA 01851, Sina Min and Sambeth Yim, its owners, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning September 29, 2009 through September 28, 2010. 15. National Abatement of P.O. Box 4386, Peabody, MA 01960 and Jimmy Net, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 1, 2009 through September 30, 2010. 16. Nealco Environmental Services, Inc. of 5 Caspian Way, Dorchester, MA 02125 and Neal Cass, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 27, 2009 through October 26, 2011. 17. Payne Contracting company, Inc. and Emmanuel M. Payne, its owner, both of 34 Mallon Road, Apartment 1, Dorchester, MA 02121, are debarred pursuant to M.G.L. c. 149, § 27C beginning September 29, 2009 through September 28, 2010. 18. Trend Systems, LLC, of 29 Railroad Avenue, Merrimack, NH 03054 and Muhamed Bejtovic, its owner, are debarred pursuant to M.G.L. c. 149, § 27C beginning October 9, 2009 through October 8, 2010. 19. Lima Drywall, LLC, of 1 Grant Way, Yarmouth, MA 02673 and Leonardo Lima, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning November 12, 2009 through November 11, 2010.

Page 104: Crematory 20100414 Central Register

3

20. Greystone Equipment, LLC and Louis Allard, its owner, both of 26 Greenhill Road, Johnston, RI, 02919 are debarred pursuant to M.G.L. c. 149, § 27C beginning February 3, 2010 through February 2, 2011.

21. Hallmark Construction Company and Steve M. Allard, its owner, both of 7 Thurber

Boulevard, Smithfield, RI 02117 are debarred pursuant to M.G.L. c. 149, § 27C beginning February 3, 2010 through February 2, 2011.

Page 105: Crematory 20100414 Central Register

Department of Industrial Accidents600 Washington Street, 7th Floor

Boston, Massachusetts 02111

~ THE COMMONWEALTH OF MASSACHUSETTS

~'IJ---J~I----~. Q --."--.

:;1 .. ';

1•<:1 '~d

~~~., ~o,j •••••,

DEVAL L. PATRICKGovernor

TIMOTHY P. MURRAYLieutenant Governor

PAUL V. BUCKLEYCommissioner

Department of Industrial Accidents Debarment List

Under the provisions of the Workers' Compensation Law, Massachusetts Genem1 Laws, Chapter 152,Section 25C (10), once a business has been issued a Stop Work Order by the Department ofIndustrialAccidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for aperiod of three (3) years and, where applicable, is subject to penalties provided under M.G.L., Chapter 152,Section 25C (5), which provides for imprisonment for not more than one year or by a fine of not more thanone thousand five hundred dollars, or by both such fine and imprisonment.

Companies currently on the debannent list can be found on tlle following link:

http://www .mass. govIElwdl docs/ dialinvestigations/ debarment _list.x1s

Page 106: Crematory 20100414 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWANGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

The following contractors are decertified by the Division of Capital Asset Management from bidding on public building work pursuant to M.G.L. Chapter 149. To determine if a contractor is currently certified by DCAM, please check for the contractor’s name on DCAM’s certified contractors’ listings (at www. mass.gov/dcam under Contractor Certification on the “Related Links” menu). In addition, if you are seeking information on debarred contractors specifically, please be sure to also check information posted by state agencies in the Secretary of State’s Central Register publication, as well as with the Massachusetts Attorney General’s Office, Department of Industrial Accidents, and Massachusetts Highway Department. These agencies and their contact information can be found at the State of Massachusetts web site accessed at www.mass.gov.

Contractor: Eagle Eyes Contractor, Inc.366 Riverside AvenueMedford, MA 02155

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149,§44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: December 2, 2009End Date: Reapplication not before October 27, 2010

Contractor: Keystone Elevator Company, Inc.320 Libbey Industrial ParkwayWeymouth, MA 02189

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: September 13, 2002End Date: Until further notice

Contractor: The Tyree Organization, Ltd.9 Otis StreetWestborough, MA 01581

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: November 1, 2002End Date: Reapplication not before July 23, 2010

Page 107: Crematory 20100414 Central Register

The Commonwealth of MassachusettsExecutive Office for Administration and Finance

Division of Capital Asset ManagementOne Ashburton Place

Boston, Massachusetts 02108

DEVAL L. PATRICK Tel: (617) 727-4050 LESLIE KIRWANGOVERNOR Fax: (617) 727-5363 SECRETARY,

ADMINISTRATION & FINANCE

TIMOTHY P. MURRAY DAVID B. PERINILIEUTENANT GOVERNOR COMMISSIONER

CONTRACTORS DECERTIFIED BY THEDIVISION OF CAPITAL ASSET MANAGEMENT

(continued)

Contractor: EastCoast General Contractors, Inc.150 Westford Road, Unit #6Tyngsboro, MA 01879

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: August 14, 2007End Date: Reapplication not before July 23, 2010

Contractor: Atlantic Construction and Restoration, Inc.59 Doane Street, Unit #7Lowell, MA 01851

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: May 20, 2008End Date: Reapplication not before July 23, 2010

Contractor: W.P.I. Construction, Inc.4 Tanner RoadWebster, MA 01570

Decertified By: Division of Capital Asset ManagementAuthority: G.L. c. 149, §44DRestrictions: Decertified from submitting bids to perform work pursuant to G.L. c. 149Effective Date: January 15, 2009End Date: Reapplication not before January 15, 2010

Page 108: Crematory 20100414 Central Register

COMMONWEALTH OF MASSACHUSETTS DEPARTMENT OF BUSINESS AND TECHNOLOGY

STATE OFFICE OF MINORITY AND WOMEN BUSINESS ASSISTANCE Massachusetts Transportation Building

Ten Park Plaza, Suite 3740, Boston, MA 02116 www.mass.gov\somwba

COMPANIES CERTIFIED BY THE STATE OFFICE MINORITY AND WOMEN BUSINESS ASSISTANCE

Telephone (617) 973-8692

Facsimile

(617) 973-8637

DEVAL L. PATRICK GOVERNOR

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

Company: Audette Group, LLC, The Mr. Roland A. Audette 4 Fox Place Providence, RI 02903 401-829-6478 Fax: 401-228-3885

[email protected] Certified By: State Office Minority and Women Business Assistance Classification: DBE Effective Date: April 1, 2010 Company: Diamant, Inc.

Ms. Dorothy Regan 26 Wolcott Street Medford, MA 02155 617-347-4486 Fax: 617-395-9947 [email protected]

http://www.diamantinc.com Certified By: State Office Minority and Women Business Assistance Classification: WBE and DBE Effective Date: April 1, 2010 Company: Johnny K - Cleaning Service

Ms. Gabriela Kujawa 38 Parker Street Chicopee, MA 01013 413-592-0800 Fax: 413-592-0800

Certified By: State Office Minority and Women Business Assistance Classification: WBE Effective Date: April 1, 2010 Company: Lexington Learning Center, Inc.

Mr. Icaro Coelho 329 Massachusetts Avenue Lexington, MA 02420 781-674-9777 Fax: 781-674-9592 [email protected]

http://www.lexingtonlearningctr.com Certified By: State Office Minority and Women Business Assistance Classification: WBE Effective Date: April 1, 2010

Page 109: Crematory 20100414 Central Register

COMMONWEALTH OF MASSACHUSETTS DEPARTMENT OF BUSINESS AND TECHNOLOGY

STATE OFFICE OF MINORITY AND WOMEN BUSINESS ASSISTANCE Massachusetts Transportation Building

Ten Park Plaza, Suite 3740, Boston, MA 02116 www.mass.gov\somwba

COMPANIES CERTIFIED BY THE STATE OFFICE MINORITY AND WOMEN BUSINESS ASSISTANCE

Telephone (617) 973-8692

Facsimile

(617) 973-8637

DEVAL L. PATRICK GOVERNOR

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

Company: Services De La Vega d/b/a: De La Vega Painting Services

Mr. Adolfo De La Vega 9 Sabina Way Belmont, MA 02478 866-525-2160 Fax: 866-525-2160

[email protected] http://www.servicesdelavega.com Certified By: State Office Minority and Women Business Assistance Classification: MBE Effective Date: April 1, 2010 Company: Topologe, LLC

Mr. Alejandro Sarmiento 101 Cambridge Street, Suite 365 Burlington, MA 01803 866-525-2160 Fax: 866-525-2160

[email protected] http://www.topologe.com Certified By: State Office Minority and Women Business Assistance Classification: MBE Effective Date: April 1, 2010 Company: XB Consulting, Inc.

Ms. Kathi Graham-Leviss 3047 East Main Road Portsmouth, RI 02871 401-682-2859 Fax: 401-682-1902

[email protected] http://www.xbconsulting.com Certified By: State Office Minority and Women Business Assistance Classification: DBE Effective Date: April 1, 2010

Page 110: Crematory 20100414 Central Register

COMPANIES DECERTIFIED BY THE STATE OFFICE MINORITY AND WOMEN BUSINESS ASSISTANCE

COMMONWEALTH OF MASSACHUSETTS DEPARTMENT OF BUSINESS AND TECHNOLOGY

STATE OFFICE OF MINORITY AND WOMEN BUSINESS ASSISTANCE Massachusetts Transportation Building

Ten Park Plaza, Suite 3740, Boston, MA 02116 www.mass.gov\somwba Telephone

(617) 973-8692

Facsimile (617) 973-8637

DEVAL L. PATRICK GOVERNOR

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

Company: Counter Technology, Inc. 20410 Observation Drive, Suite 203 Germantown, MD 20876

Decertified By: State Office Minority and Women Business Assistance Classification: DBE Effective Date: April 1, 2010 Company: Directional Technologies, Inc.

26 Windsor Road East North Haven, CT 06473

Decertified By: State Office Minority and Women Business Assistance Classification: WBE and DBE Effective Date: April 1, 2010

Page 111: Crematory 20100414 Central Register

The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e

D e s i g n e r S e l e c t i o n B o a r d One Ashburton Place, 10th Floor, Room 1004

Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112

PUBLIC NOTICE #10-05 April 14, 2010

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 #10-05. Applicants are requested to submit a separate Designer Selection Board Application 2005 Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB 2005 Master File Brochure and the DSB 2005 Application Form (updated May 2009) in Microsoft Word for Windows ® 97 is available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the revised form. An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. Application closing date for projects on List #10-05 is 2:00 p.m., WEDNESDAY, May 5, 2010. The advertisements may be found on the web by going to the DCAM web-site at http://www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108.

This Public Notice, including attachments, may be duplicated by any and all interested.

Please note the following: This Public Notice #10-05 includes: (a) the procedures for conforming to M.G.L. C.7, § 40N, Executive Orders 390 and 478 regarding Affirmative Market and Minority and Women Owned Business Participation.

ALL APPLICATIONS MUST BE SUBMITTED ON THE DSB 2005 APPLICATION FORM (Updated May 2009) (ENCLOSED HEREIN)

FAILURE TO DO SO WILL BE THE BASIS FOR REJECTION OF YOUR APPLICATION.

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

Page 112: Crematory 20100414 Central Register

_______________________________________________________

The Commonwealth of Massachusetts E x e c u t i v e O f f i c e o f A d m i n i s t r a t i o n a n d F i n a n c e

D e s i g n e r S e l e c t i o n B o a r d 1 Ashburton Place, 10th Floor, Room #1004

Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112

PUBLIC NOTICE

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

FROM: Designer Selection Board

DATE: April 7, 2010

SUBJECT: Classified Legal Advertisement

On April 16, 2010, 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 #8627.

Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR

DESIGNER SELECTION BOARD

PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Engineers and architects are advised that DSB Project List #10-05, dated April 14, 2010 describing 03 Division of Capital Asset Management and Maintenance projects is now available at http://www.mass.gov/dcam.

PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Page 113: Crematory 20100414 Central Register

APPLICANTS PLEASE NOTE: The following requirements were implemented on the following dates and continue to be requirements.

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 #.

Page 114: Crematory 20100414 Central Register

July 2008: In the future it will only be necessary to attach “SOMWBA Certification forms” for MBE and WBE and “Sub-consultant Acknowledgement forms” to ONE (ORIGINAL) copy of the applications and NOT all sixteen (16) copies.

Application Change: Copies for DSB 2005 Application change from 15 to 16 copies.

April 2008: Application Changes: Question 2a - Changed from Project # to DSB #, Item # and Question 12 – Professional Liability Claims Changed from 7 to 5 years.

January 2008: In reference to April 2007, display only applications e.g. PDF format are NOT acceptable.

October 2007: A person may not submit more than one application as a “prime” applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.

April 2007: Application Change: An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications.

If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software is to be included with the submitted update.

Application Change: Question #9 – “Construction Cost” replaced “Project Cost”

April 2006: Change of address. As of April 3, 2006, all future correspondence should be delivered to One Ashburton Place, 10th Floor, Room 1004, Boston, MA 02108.

February 2006: • Please be sure to use the latest forms when applying for State funded projects. • It is the responsibility of the Prime applicant to ensure all of their sub-consultants also use the current

application forms. Failure to do so will be grounds for the application to be rejected.

April 2005: • Please note New DSB 2005 Application Form. • Applicants are now required to respond to Question #10 as noted on page 7 of the application form. • It is a requirement that all applicants supply signed DSB SC-A's (SUB-CONSULTANT

ACKNOWLEDGEMENT) for each listed sub-consultants stating that they are aware and agree to being nominated by said applicant. One Copy of which must have an original signature. This form is now the last page of the DSB Application 2005.

• Failure to supply above documents may result in rejection of application. • Please note New DSB 2005 Master File Brochure • New Section on the Web: Most Common Mistakes On Applications at

(http://www.mass.gov/dcam)

Page 115: Crematory 20100414 Central Register

October 2003: Please be advised that only those consultants listed in the advertisement should be nominated in the application by the Prime consultant. Any MBE/WBE requirement should be met within the requested consultant list. Utilizing consultants not requested in order to fulfil the MBE/WBE is unacceptable and will severely limit the Prime's chances of being appointed to the project.

Page 116: Crematory 20100414 Central Register

D S B 2 0 0 5 M A S T E R F I L E B R O C H U R E

In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure as specified on the new DSB Master File 2005 Brochure, (attached herein). If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software, is to be included with the submitted update. Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information.

Electronic copies of the forms are available at the following Commonwealth’s Web site: http://www.mass.gov/dcam/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.

- 1 -

Page 117: Crematory 20100414 Central Register

ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB

1. Submission of Master File Brochure Data or the DSB 2005 Master File Brochure in the format required, and at least annually, continuously update same.

2. Updating of the DSB 2005 Master File Brochure when there are significant principal or key personnel changes in a firm.

3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant.

4. A person may not submit more than one application as a “prime” applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other “prime" applications on the same project. For the purposes of this paragraph the term “person” means an individual, corporation, association, partnership or other legal entity.

5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved in an association or corporation filing for the same project shall disqualify the applicants.

6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts standard Contract for Study Services (Revised 3/10) and Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors).

7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall:

a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract;

b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls, and expresses their opinion regarding those controls.

8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer, programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD.

ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS

(a) Certification that the applicants’ legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, §38A½ follows:

“Designer,” an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:

(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.)

(ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.)

(iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.

- 2 -

Page 118: Crematory 20100414 Central Register

[Note: This requires that the chief executive officer and a majority of the directors or a majority of the stock ownership be registered architects, landscape architects or engineers, and that the person to be in charge of the project be registered in the discipline required for the project. “Registered” means registered in the Commonwealth of Massachusetts.]

(iv) if a joint venture, each joint venturer satisfies the requirements of this section.

(b) As a condition of application, each applicant agrees to carry, if selected for the new project, (other than a master plan, program, or construction management) professional liability insurance in the amount equal to 10% of the estimated construction cost of the project, in conformance with the provisions of Article 12 of study contract and Article 12 of the design contract, i.e. minimum coverage of $250,000 and maximum coverage of $5,000,000. Note that the requirement for professional liability insurance shall apply to both the Contract for Study Services and Contract for Final Design and Construction Administration Services when a project is advertised by both study and design services.

CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS

IN CONFORMANCE WITH CHAPTER 7, SECTION 38F

1. Prior similar experience best illustrating current qualifications for this project.

2. Identity and qualifications of the key persons and consultants who will work on this project.

3. Depth of the firm with respect to size and complexity of the project.

4. Past performance on public and private projects.

a. Quality, clarity, completeness and accuracy of contract documents and design contract.

b. Effectiveness of meeting established program requirements and function within allotted budget.

c. Accuracy of cost estimates including assessment of contractors’ requisitions for payment and change order proposals.

d. Management ability to meet schedules including submission of design and contract documents and processing of shop drawings, contractors’ requisitions and change orders.

e. Coordination and management of consultants.

f. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance (DCAM) staff and agency representatives.

5. Financial stability - including prompt payment of consultant fees.

6. Current workload with DCAM and other public agencies.

7. Geographical location of the firm with respect to the proposed project.

8. Participation of MBEs and WBEs as prime consultants or subconsultants in a role consistent with the participation goals set forth for the project.

a. The Designer Selection Board adheres to M.G.L. C.7, § 40N, Executive Orders 390 and 478 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)

- 3 -

Page 119: Crematory 20100414 Central Register

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 390 and 478, the Commissioner of the Division of Capital Asset Management and Maintenance (DCAM), as designee of the Secretary of Administration and Finance, has developed the following goals and procedures to encourage full participation by minority business enterprises (MBEs) and women businesses enterprises (WBEs) (collectively M/WBEs) on contracts for design services entered into by DCAM.

GOALS

Subject to the terms of this memorandum, the following M/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for every DCAM project:

MBE participation goal: 8%

WBE participation goal: 4%

If the contracting design firm is an MBE or WBE, then M/WBE participation credit shall be given in an amount equal to the entire fee paid to the contracting firm. Please note: if the contracting design firm is itself an MBE or WBE, it will still need to obtain participation by another MBE or WBE to meet the goal that it cannot itself fulfill. If the contracting design firm is not itself an MBE or WBE, then M/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE subcontractor or subconsultant (hereafter “subcontractors”) to the Designer. MBE participation may not be substituted for WBE participation, nor may WBE participation be substituted for MBE participation.

MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS

DCAM reserves the right to reduce or waive the M/WBE participation goals stated above for a particular project prior to the receipt of applications to the Designer Selection Board upon its own initiative or upon the request of any applicant if DCAM determines that it is not feasible for a non-M/WBE design firm to meet the M/WBE goals established for the project based upon any or all of the following: (i) actual M/WBE availability, (ii) the geographic location of the project to the extent related to M/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to M/WBEs, or (v) other relevant factors as determined by DCAM.

The M/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project.

After a project is advertised, requests from prospective applicants to reduce or waive the M/WBE participation goals for that project, with all supporting documentation, must be submitted with the application, with a copy to DCAM’s Compliance Office, One Ashburton Place, 15th Floor, Boston, MA 02108. Except as provided below, DCAM will not consider any request to reduce or waive the M/WBE participation goals for a project if the request is received after this deadline.

- 4 -

Page 120: Crematory 20100414 Central Register

DETERMINATION OF M/WBE STATUS

A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the State Office of Minority and Women Business Assistance (“SOMWBA”). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SOMWBA.

Certification as a disadvantaged business enterprise (“DBE”), certification as an M/WBE by any agency other than SOMWBA, or submission of an application to SOMWBA for certification as an M/WBE shall not confer M/WBE status on a firm.

Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as M/WBEs to SOMWBA. Information is available from SOMWBA, Ten Park Plaza, Room 3740, Boston, MA 02116 (617) 973-8692, and on the Internet at <http://www.state.ma.us/somwba>.

IDENTIFICATION OF M/WBE PARTICIPANTS BY THE SELECTED DESIGNER

The current SOMWBA Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

Not later than five (5) working days after the Designer receives notice of selection for the advertised project, (A-5 Letter), the Designer shall submit to DCAM’s Compliance Office (i) a Letter of Intent for each of the M/WBEs that will perform work under the contract, and (ii) a Schedule of M/WBE Participation. The form of Letter of Intent and Schedule of M/WBE Participation are included in this application package.

Within five (5) working days after receipt of the Letters of Intent, DCAM’s Compliance Office shall review and either approve or disapprove the Designer’s submissions. Without limitation, DCAM reserves the right to reject the Letter of Intent of any M/WBE that is to perform work in a category that is not listed in its SOMWBA certification, or if the price to be paid for the M/WBE Work as stated in the Letter of Intent does not bear a reasonable relationship to the value of such work as reasonably determined by DCAM. If the Designer has not submitted an appropriate Schedule of M/WBE Participation and appropriate Letters of Intent and SOMWBA certification letters establishing that the M/WBE participation goal for the project will be met, the Designer may be considered ineligible for award of the contract and DCAM may award the contract to the second ranked Designer, subject to that Designer’s compliance with these conditions.

DCAM reserves the right to reduce or waive the M/WBE participation goals for a project after selection of the designer and before execution of the contract, provided that no such reduction or waiver shall be granted except under the following circumstances: the selected Designer must establish and document that it has been unable to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals for the project after having made a diligent, good faith effort to do so; all such documentation must accompany the Designer’s request to reduce or waive the M/WBE participation goal and shall include, at a minimum, the following:

• A list of all items of work under the contract that the Designer made available for subcontracting to W/MBEs. The Designer shall identify all items of work that the Designer did not make so available and shall state the reasons for not making such work available for subcontracting to W/MBEs. The Designer shall also demonstrate that, where commercially reasonable, subcontracts were divided into units capable of being performed by M/WBEs.

• Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to W/MBEs to all W/MBEs qualified to perform such work. The Designer shall identify (i) each W/MBE solicited, and (ii) each W/MBE listed in the SOMWBA directory under the applicable trade category who was not solicited and the reasons therefor. The Designer shall also state the dates notices were mailed and provide a copy of the written notice(s) sent.

• Evidence that the Designer made reasonable efforts to follow up the written notices sent to M/WBEs with telephone calls or personal visits in order to determine with certainty whether the M/WBEs were interested in performing the work. Phone logs or other documentation must be submitted.

- 5 -

Page 121: Crematory 20100414 Central Register

• A statement of the response received from each M/WBE solicited, including the reason for rejecting any M/WBE who submitted a proposal.

• Evidence of efforts made to assist M/WBEs that need assistance in obtaining bonding, insurance, or lines of credit with suppliers if the inability of M/WBEs to obtain bonding, insurance, or lines of credit is a reason given for the Designer’s inability to meet the M/WBE goals.

• The Designer also shall submit any other information reasonably requested by DCAM to show that the Designer has taken all actions which could be reasonably expected to achieve the M/WBE participation goals.

The Designer may submit any other information supporting its request for a waiver or reduction in the M/WBE participation goals, such as evidence that the Designer placed advertisements in appropriate media and trade association publications announcing the Designer’s interest in obtaining proposals from M/WBEs, and/or sent written notification to M/WBE economic development assistance agencies, trade groups and other organizations notifying them of the project and the work to be subcontracted by the Designer to M/WBEs.

Requests by a selected Designer to reduce or waive the M/WBE participation goals for a particular project based upon the Designer’s inability to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than five (5) business days after receipt by the Designer of the notice of selection (A-5 Letter).

The Designer’s compliance with these procedures and goals is a prerequisite for award of the contract, provided that DCAM reserves the right to waive minor defects in documents and extend time limits in its sole discretion.

- 6 -

Page 122: Crematory 20100414 Central Register

SCHEDULE FOR PARTICIPATION BY MINORITY/WOMEN BUSINESS ENTERPRISES

DIVISION OF CAPITAL ASSET MANAGEMENT

DCAM Project Number_______________________________ Project Location___________________________________________

Project Name ________________________________________________________________________________________________

This form must be submitted by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). A Letter of Intent and SOMWBA certification letter for each M/WBE must be submitted with this Schedule of M/WBE participation.

BIDDER CERTIFICATION:

The undersigned Design firm agrees that it will subcontract with the following listed firms for the work described and for the dollar amounts listed below. For purposes of this commitment, the MBE and WBE designation means that a business has been certified by SOMWBA as either a MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the project as follows (attach additional sheets if necessary):

Company Name & 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

- 7 -

Page 123: Crematory 20100414 Central Register

LETTER OF INTENT MINORITY/WOMEN BUSINESS ENTERPRISES PARTICIPATION

DIVISION OF CAPITAL ASSET MANAGEMENT (To be completed by MBE/WBE, and submitted to the Compliance Office by the Designer within five (5) working days after the

Designer receives notice of selection (A-5 Letter).

DCAM Project Number________________________________________________ Indicate SOMWBA Certification:

Project Name ________________________________________________________ ____ MBE

Project Location______________________________________________________ ____ WBE

To__________________________________________________________________ ____ M/WBE Name of Designer

1. This firm intends to perform work in connection with the above project.

2. This firm is currently certified by SOMWBA to perform the work identified below, and has not changed its minority/women ownership, control, or management without notifying SOMWBA within thirty (30) days of such a change. Attached is a copy of the most recent SOMWBA certification letter issued to my company.

3. This firm understands that if the Designer referenced above is awarded the contract, the Designer intends to enter into an agreement with this firm to perform the activity described below for the prices indicated. This firm also understands that the above-referenced firm, as Designer, will make substitutions only as allowed by the Contract and applicable law.

4. This firm understands that under the terms of the Contract, only work actually performed by an MBE/WBE will be credited toward MBE/WBE participation goals, and this firm cannot assign or subcontract out any of its work without prior written approval of the DCAM Compliance Office, and that any such assignment or subcontracting will not be credited toward MBE/WBE participation goals.

MBE/WBE PARTICIPATION

Describe MBE/WBE Scopes of Work Dollar Value of Participation

Total Dollar Value: $_________________________________

Name of MBE/WBE Firm______________________________ Authorized Signature_________________________________

Business Address_____________________________________ Print Name_________________________________________

___________________________________________________ Title______________________________________________

Telephone No________________ Fax No._________________ Date______________________________________________

Design Letter of Intent – Revised 02/05/02

- 8 -

Page 124: Crematory 20100414 Central Register

THIS OFFICIAL FORM MAY NOT BE ALTERED POLICY ON EMPLOYMENT OF STUDY CONSULTANTS FOR SUBSEQUENT DESIGN PROJECTS

Amended by the Designer Selection Board on December 15, 2000

1. The Commissioner may appoint a designer to perform continued or extended services if the following conditions are met:

(i) a written statement is filed with the Board explaining the reasons for the continuation or extension of services;

(ii) the program for the design services is filed with the Board if one is required by the regulations of the division; and

(iii) the Board approves the appointment of the designer for continued or extended services and states the reasons therefor.

2. When the Board has required that applicants list consultants which the applicants may employ, in no event shall a consultant be used who is debarred pursuant to Section forty-four C of Chapter one hundred and forty-nine as amended, and any change or addition to the consultants named in the application and allowed by the Board upon appointment must be approved by the Deputy Commissioner and reported to the Board, along with a written statement by the designer or construction manager of the reasons for the change.

- 9 -

Page 125: Crematory 20100414 Central Register

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS

1. As of 04/05, the application forms required for submissions to the Designer Selection Board have been updated. The new forms are as follows: DSB Mater File Brochure is replaced by the DSB 2005 Master File Brochure (included herein); DSB Application is replaced by the DSB 2005 Application Form (updated May 2009) (included herein). All specific project applications must be submitted on the new DSB 2005 (updated May 2009) Application forms. Submissions that are on the old Form 2000 will not be accepted.

2. An electronic copy of the new DSB 2005 Master File Brochure and the new DSB 2005 Application Form in Microsoft Word for Windows 97 is available for download from the Web site address: http://www.mass.gov/dcam/dsb.

3. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Information in excess of three pages, unless otherwise noted in the Public Notice Advertisement, may be the basis of rejection. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 15 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 looks for registration in the disciplines listed in order to satisfy DCAM contract requirements.

9. Eligibility requirements are set forth on page 5 of this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.

10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project.

11. Current SOMWBA Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the applicant's credibility if the firm applies for every job advertised when only marginally qualified.

13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.

14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed.

15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together.

16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.

NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual available on the Web site: www.mass.gov/forms/fi_designerprocman.html.

- 10 -

Page 126: Crematory 20100414 Central Register

Commonwealth of Massachusetts DSB 2005 Master File Brochure

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) SOMWBA Certified minority business enterprise (MBE) � (2) SOMWBA Certified woman business enterprise (WBE) � (3) SOMWBA Certified minority woman business enterprise (M/WBE)

5. Name of Parent company, if any: 5a. Former Company Name(s), if any, and Year(s) Established:

6. Name of Sole Proprietor or Names of All Firm Partners and Officers Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline

a. d. b. e. c. f.

7. If Corporation, or Other Entity Other than a Partnership, provide Names of ALL Members of the Board of Directors: Name Title MA.Reg. # Status/Discipline Name Title MA.Reg. # Status/Discipline

a. d. b. e. c. f.

8. Names of All Owners (Stocks or Other Ownership): Name Title Ownership MA Reg.

# Status/Discipline Name Title Ownership MA Reg. # Status/Discipline

a. d. b. e. c. f.

9. Personnel by Discipline: (List each person only once, by primary function -- average number employed throughout the preceding 6 month period. Indicate both the total numbers in each discipline and, within brackets, the total number holding Massachusetts's registrations.).

Admin. Personnel ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )

Architects ( ) Electrical Engineers ( ) Mechanical Engrs. ( ) ( )

Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urb./Reg ( ) ( )

Code Specialists ( ) Fire Protection Engrs ( ) Specification Writers ( ) ( )

Civil Engrs. ( ) Geotech. Engrs. ( ) Structural Engineers ( ) ( )

Construction Inspectors ( ) Industrial Hygienist ( ) Surveyors ( ) ( )

Cost Estimators ( ) Interior Designers ( ) ( ) ( )

Drafters ( ) Landscape Architects ( ) ( ) Total ( )

DSB 2005 Master File Brochure Page 1

Page 127: Crematory 20100414 Central Register

10. Summary of Professional Services Fees Received: Ranges of Professional Services Fees (insert Index number) Last 5 Years (most recent year first) INDEX

2005 2004 2003 2002 2001 1. Less than $100,000 5. $1 million to $2 million Federal Work 2. $100,000 to $250,000 6. $2 million to $5 million Commonwealth of Massachusetts work 3. $250,000 to $500,000 7. $5 million to $10 million All other domestic and foreign work 4. $500,000 to $1 million 8. $10 million or greater

Experience Profile Code Numbers for use with questions 11, 12 and 13 001 Acoustics, Noise Abatement 037 Fisheries; Fish Ladders 065 Microclimatology; Tropical Engineering 100 Special Environments; Clean Rooms, Etc. 002 Aerial Photogrammetry 038 Forestry & Forest Products 066 Military Design Standards 101 Structural Design; Special Structures 003 Agricultural Development; Grain Storage; 039 Garages; Vehicle Maintenance Facilities; 067 Mining and Mineralogy 102 Surveying; Platting; Mapping; Flood Plain

Farm Mechanization Parking Decks 068 Missile Facilities (Silos; Fuels; Transport) Studies 004 Air Pollution Control 040 Gas Systems (Propane; Natural, Etc.) 069 Modular Systems Design; Pre-fabricated 103 Swimming Pools 005 Airports; Navaids; Airport Lighting; 041 Graphic Design 104 Storm Water Handling & Facilities

Aircraft Fueling 042 Harbors; Jetties, Piers, Ship Terminal Facilities 070 Naval Architecture; Off-Shore Platforms 105 Telephone Systems (Rural; Mobile 006 Airports; Terminals & Hangars; Freight Structures or Components 071 Nuclear Facilities; Nuclear Shielding Intercom, ; Etc.)

Handling 043 Heating, Ventilating, Air Conditioning 072 Office Buildings; Industrial Parks 106 Testing & Inspection Services 007 Arctic Facilities 044 Health Systems Planning 073 Oceanographic Engineering 107 Traffic & Transportation Engineering 008 Auditoriums & Theaters 045 Highrise; Air-Rights-Type Buildings 074 Ordnance; Munitions; Special Weapons 108 Towers (Self-Supporitng & Guyed Systems) 009 Automation; Controls; Instrumentation 046 Highways; Streets; Airfield Paving; Parking Lots 075 Petroleum Exploration; Refining 109 Tunnels & Subways 010 Barracks; Dormitories 047 Historical Preservation 076 petroleum and Fuel (Storage and Distribution) 110 Urban Renewals; Community Development 011 Bridges 048 Hospital and Medical Facilities 077 Pipelines (Cross-Country - Liquid & Gas) 111 Utilities (Gas & Steam) 012 Cemeteries 048A Medical Facilities - Mental Health 078 Planning (Community, Regional 112 Value Analysis; Life-Cycle Costing 013 Chemical Processing & Storage 048B Medical Facilities - Acute Care 079 Planning (Site, Installation, and Project) 113 Warehouses & Depots 014 Churches; Chapels 048C Medical Facilities - Ambulatory Care, Clinics 080 Plumbing and Piping Design 114 Water Resources; Hydrology; Ground Water 015 Codes; Standards; Ordinances 049 Hotels, Motels 081 Pneumatic Structures, Air-Support Buildings 115 Water Supply; Treatment and Distribution 016 Cold Storage; Refrigeration; Fast Freeze 050 Housing (Residential, Multi-Family; 082 Postal Facilities 116 Wind Tunnels; Research/Testing Facilities 017 Commercial Building (low rise); Shopping Apartments; Condominiums) 083 Power Generation, Transmission, Distribution Design

Centers 050A Housing - Residential Mental Health 084 Prisons & Correctional Facilities 117 Zoning; Land Use Studies

018 Communication Systems; TV; Microwave 050B Housing - Resid. Mental Ret. /Group Home 084A Correctional Facilities - Minimum Security 201

019 Computer Facilities; Computer Service 050C Housing - Elderly 084B Correctional Facilities - Medium Security 202

020 Conservation and Resource Management 050D Housing - Assisted Living 084C Correctional Facilities - Maximum Security 203

021 Construction Management 051 Hydraulics and Pneumatics 084D Correctional Facilities - Youth Detention 204

022 Corrosion Control; Cathodic Protection; 052 Industrial Buildings; Manufacturing Plants 084E Public Safety Facilities - Police/Fire Stations 205

Electrolysis 053 Industrial Processes; Quality Control 084F Public Safety Facilities – Training

023 Cost Estimating 054 Industrial Waste Treatment 085 Product, Machine & Equipment Design

024 Dams (Concrete; Arch) 055 Interior Design; Space Planning 086 Radar; Sonar; Radio & Radar Telescopes

025 Dams (Earth; Rock); Dikes; Levees 055A Facilities Management 088 Recreation Facilities ( Parks, Marinas, Etc.)

026 Desalination (Process & Facilities) 056 Irrigation; Drainage 088A Recreation Facilities - Ice Rinks

027 Dining Halls; Clubs; Restaurants 057 Judicial and Courtroom Facilities 088B Recreation Facilities - Senior/Community Centers

028 Ecological & Archeological Investigations 058 Laboratories; Medical Research Facilities 088C Park Support Facilities (Bath House; Visitor Center)

029 Educational Facilities; Classrooms 058A Laboratories; Commercial 089 Rehabilitation (Buildings; Structures; Facilities)

029A Educational Facilities; Higher Ed 058B Laboratories; Higher Ed Research Sciences 090 Resource Recovery; Recycling

029B Educational Facilities; Secondary Ed 058B Laboratories; Heavy Equipment 091 Radio Frequency Systems & Shieldings

029C Educational Facilities; Elementary Ed 058C Laboratories; Pathology, Medical Examiner 092 Rivers; Canals; Waterways; Flood Control

029D Educational Facilities; Child Day Care 058D Laboratories; Crime Investigation 093 Safety Engineering; Accident Studies, OSHA Studies

030 Electronics 059 Landscape Architecture 094 Security Systems; Intruder & Smoke Detection

031 Elevators; Escalators; People Movers 060 Libraries; Museums; Galleries 095 Seismic Designs and Studies

032 Energy Conservation; New Energy Sources 061 Lighting (Interiors; Display; Theatre, Etc.) 096 Sewage Collection, Treatment and Disposal

032A Sustainable Design 062 Lighting (Exteriors) 097 Soils & Geologic Studies; Foundations

033 Environmental Impact Studies, 063 Materials Handling Systems; Conveyors; 098 Solar Energy Utilization

Assessments or Statements Sorters 099 Solid Wastes; Incineration; Land Fill

034 Fallout Shelters; Blast-Resistant Design 064 Metallurgy 099A Hazardous materials Abatement

035 Field Houses; Gyms; Stadiums

036 Fire Protection

DSB 2005 Master File Brochure Page 2

Page 128: Crematory 20100414 Central Register

11. Profile of Firm’s Project Experience, Last 5 Years Profile Code No. of Projects Total Gross Fees Profile Code No. of Projects Total Gross Fees Profile Code No. of Projects Total Gross Fees

(in thousands) (in thousands) (in thousands) 1. 11. 21. 2. 12. 22. 3. 13. 23. 4. 14. 24. 5. 15. 25. 6. 16. 26. 7. 17. 27. 8. 18. 28. 9. 19. 29. 10. 20. 30.

12. List all current Projects (except for work for the Commonwealth) for which Prime Applicant is performing or is under contract to perform any design services (add/subtract rows as needed). Role Phases Completion DateProfile Owner Name & Address (Include Contact Project CostP, C, JV St., Sch., D.D., Project Name, Location & Principal-in-Charge (Actual or Estimated) Code name and phone number) (in thousands)* C.D.,A.C. * (R)Renovation or (N)New

1.

2.

3.

4.

5.

6.

7.

DSB 2005 Master File Brochure Page 3

Page 129: Crematory 20100414 Central Register

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

18.

19.

DSB 2005 Master File Brochure Page 4

Page 130: Crematory 20100414 Central Register

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

DSB 2005 Master File Brochure Page 5

Page 131: Crematory 20100414 Central Register

Commonwealth of Massachusetts DSB 2005 Application Form (Updated May 2009)

1. Project Name/Location for Which Firm is Filing: 2a. DSB # Item #

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):

Email Address: Telephone No: Fax No.:

3h. Check Below If Your Firm Is Either: (1) SOMWBA Certified Minority Business Enterprise (MBE) �(2) SOMWBA Certified Woman Business Enterprise (WBE) �

(3) SOMWBA Certified Minority Woman Business Enterprise (M/WBE) �

4. Personnel From Prime Firm Included In Question #3a Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number Employed Throughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline And, Within Brackets, The Total Number Holding Massachusetts Registrations):

Admin. Personnel ( ) Ecologists ( ) Licensed Site Profs. ( ) Other ( )

Architects ( ) Electrical Engrs. ( ) Mechanical Engrs. ( ) ( )

Acoustical Engrs. ( ) Environmental Engrs. ( ) Planners: Urban./Reg. ( ) ( )

Civil Engrs. ( ) Fire Protection Engrs. ( ) Specification Writers ( ) ( )

Code Specialists ( ) Geotech. Engrs. ( ) Structural Engrs. ( ) ( )

Construction Inspectors ( ) Industrial Hygienists ( ) Surveyors ( ) ( )

Cost Estimators ( ) Interior Designers ( ) ( ) ( )

Drafters ( ) Landscape Architects ( ) ( ) Total ( )

5. Has this Joint-Venture previously worked together? � Yes � No

Updated May 2009 DSB 2005 Application Form Page 1

Page 132: Crematory 20100414 Central Register

6. List ONLY Those Prime And Sub-Consultant Personnel Specifically Requested In The Advertisement. This Information Should Be Presented Below In The Form Of An Organizational Chart. Include Name Of Firm And Name Of The One Person In Charge Of The Discipline, With Mass. Registration Number, As Well As MBE/WBE Status, If Applicable:

DCAM

User Agency

Prime Consultant Principal-In-Charge

Discipline(from advertisement)

Name Of Firm Person In Charge Of Discipline

Mass. Registr. # MBE/WBE Certified (If

Applicable)

Discipline(from advertisement)

Name Of Firm Person In Charge Of Discipline

Mass. Registr. # MBE/WBE Certified (If

Applicable)

Discipline (from advertisement)

Name Of Firm Person In Charge Of Discipline

Mass. Registr. # MBE/WBE Certified (If

Applicable)

Discipline (from advertisement)

Name Of Firm Person In Charge Of Discipline

Mass. Registr. # MBE/WBE Certified (If

Applicable)

Project Manager for Study

Project Manager for Design

Updated May 2009 DSB 2005 Application Form Page 2

Page 133: Crematory 20100414 Central Register

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: MBE �

WBE �

c. Name And Address Of Office In Which Individual Identified In 7a Resides: MBE �

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 May 2009 DSB 2005 Application Form Page 3

Page 134: Crematory 20100414 Central Register

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).

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)

e. Project Cost (In Thousands) Construction Costs(Actual, Or Estimated If Not Completed)

Fee For Work For Which Firm Was Responsible.

(1)

(2)

(3)

(4)

(5)

Updated May 2009 DSB 2005 Application Form Page 4

Page 135: Crematory 20100414 Central Register

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: 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)

e. Project Cost (In Thousands) Construction Costs (Actual, Or Estimated If Not Completed)

Fee for Work for Which Firm Was Responsible

(1)

(2)

(3)

(4)

(5)

Updated May 2009 DSB 2005 Application Form Page 5

Page 136: Crematory 20100414 Central Register

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.

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 (Actual, Or Estimated If Not Completed)

Completion Date (Actual or Estimated) (R)Renovation or (N)New

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch. = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract

Updated May 2009 DSB 2005 Application Form Page 6

Page 137: Crematory 20100414 Central Register

10. Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And That Of Your Sub-Consultants For The Proposed Project. If Needed, Up To Three, Double-Sided 8 ½” X 11” Supplementary Sheets Will Be Accepted. APPLICANTS ARE REQUIRED TO RESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED IN THE ADVERTISEMENT.

11. Professional Liability Insurance:

Name of Company Aggregate Amount Policy Number

Expiration Date

12. Provide A List Of All Projects On Which Monies Were Paid By You, Or On Your Behalf, As A Result Of Professional Liability Claims Occurring Within The Last 5 Years And In Excess Of $50,000 Per Incident. Please Include Project, Client Names And Explanation. (Attach Separate Sheet If Necessary): Please answer “yes” or “no”. If “yes” please give details.

13. Name Of Sole Proprietor Or Names Of All Firm Partners And Officers: Name Title MA Reg #

Status/Discipline

Name Title MA Reg #

Status/Discipline

a.

d.

b.

e.

c.

f.

14. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg #

Status/Discipline

Name Title MA Reg #

Status/Discipline

a.

d.

b.

e.

c.

f.

15. Names Of All Owners (Stocks Or Other Ownership): Name And Title % Ownership MA Reg.#

Status/Discipline

Name And Title % Ownership MA Reg.#

Status/Discipline

a.

d.

b.

e.

c.

f.

16. I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a “Designer”, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to construction management or the preparation of master plans, studies, surveys, soil tests, cost estimates or programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.

Submitted By (Signature) __________________________________________________ Printed Name And Title _______________________________ Date ____________

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

Updated May 2009 DSB 2005 Application Form Page 7

Page 138: Crematory 20100414 Central Register

DSB 2005 Commonwealth of Massachusetts S-CA Designer Selection Board 2005 SUB-CONSULTANT ACKNOWLEDGMENT

Project:

Applicant Designer:

Sub-consultant:

SUB-CONSULTANT ACKNOWLEDGMENT

The sub-consultant named above hereby certifies that it has been notified by the Applicant Designer that it has been nominated to perform work on the Applicant Designer’s team for the above Project, which is under consideration at the Designer Selection Board.

Signature of Sub-Consultant Duly Authorized Representative

Print Name and Title

Date

It is a requirement that all applicants supply this document signed, attached to the application, for each of the listed sub-consultants stating that they are aware and agree to being nominated by said applicant designer. One copy must have an original signature.

Updated May 2009 DSB 2005 Sub-Consultant Form

Page 139: Crematory 20100414 Central Register

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

LAST DATE FOR FILING APPLICATION IS: May 5, 2010 at 2:00 PM

The Board recommends applications to be submitted by any of the following firms:

( X ) Architect ( ) Engineer ( X ) Architect/Engineer (A/E) ( ) Other:

PROJECT NUMBER: QCC1001 ST1

PROJECT TITLE: QCC - Science and Technology Building - Modernization

PROJECT LOCATION: Quinsigamond Community College

AWARDING AGENCY: Division of Capital Asset Management (DCAM)

APPROPRIATION SOURCE: Ch. 258 of 2008

AVAILABLE AMOUNT: $23,106,943

ESTIMATED CONSTRUCTION COST: $16,500,000

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

( (

X X

) )

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

$300,000

8

dollars

per cent

( (

IMX ME

) )

DICERTIFIABLE BUILDING STUDY OTHER:

ATE SERVICES AUTHORIZED:

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

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

MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, § 40N, Executive Orders 390 and 478, 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 3/10) at Attachment C, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the SOMWBA website: http://www.state.ma.us/somwba. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants

Study & Design, 04/06/10

Page 140: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

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. 258 of 2008: “For costs associated with planning and studies . . . and for the preparation of plans and specifications . . . for a new academic, science, and technology building . . . at Quinsigamond Community College . . .”

GENERAL SCOPE OF WORK: Project Goals

The new building will provide state-of-the-art, appropriately sized and equipped specialized instructional space for Quinsigamond Community College (QCC)’s science, technology and engineering courses. It is anticipated that the new building will consolidate high energy demand and/or “wet” lab functions. Office, support, and instructional spaces with critical adjacency requirements will be accommodated as budget permits, and renovation of existing and/or backfill space will be considered where appropriate.

The team sought by DCAM will have demonstrated expertise and experience in:

Sustainable design QCC is required to comply with Executive Order 484, which sets goals for dramatic cuts in greenhouse gas emissions, energy, and water use at state facilities over the coming decades. Meeting these goals, and the complementary requirements of the American College and University Presidents’ Climate Control Commitment that QCC has signed, means that new projects at the College must set energy and water use goals approaching or achieving zero net. This effort will require a significant level of collaborative, well coordinated effort from all members of the team throughout study and design at regularly scheduled workshops that will:

• Establish a “base case” and project goals for energy and water use • Identify a range of solutions for each goal • Evaluate proposed solutions both individually and as systems • Identify and implement strategies with multiple benefits • Utilize modeling tools for decision making.

Universal landscape and architectural design The QCC campus is a topographical challenge for anyone who uses it. The new Science and Technology Building presents an opportunity to integrate architecture, site and landscape into a single, universally accessible design. The design will, in particular, avoid reliance on any of the “special” accommodations (furnishings, ramps, signage) encouraged by Code and will wherever possible exceed Code by providing common solutions that benefit everyone.

Project Background Quinsigamond Community College is located at 670 West Boylston St., Worcester, MA. It was established in 1963 to provide access to higher education to residents of Central Massachusetts. Since the early 60s, enrollment has grown from 300 to over 13,000 full and part-time day, weekend, and evening students served. Over 70 associate degree and certificate career options in Business, Health Care, Technology, Liberal Arts, and Human Services. The College also offers a wide variety of non-credit courses, workshops, and seminars through its Division of Continuing Education at its downtown College at CitySquare campus. In addition, over 300 noncredit and nearly 150 credit courses are offered online. The College also has program locations at the Senior Center in Worcester (Hotel/Rest. Mgt.), Blackstone Valley Regional Technical High School in Upton (Automotive Technology), and at 5 Optical Drive on the grounds of the Southbridge Hotel and Conference Center. The College employs 850 full and part-time faculty, administration, and staff.

The College is accredited by the New England Association of Schools and Colleges (NEASC). Membership in the Association indicates that an institution has been stringently evaluated and found to meet high standards agreed upon by qualified educators.

Page 141: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

Page 142: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

Buildings and Classrooms The College is located among the business districts and residential neighborhoods on the north side of Worcester on the former campus of Assumption College. All but two of its buildings were originally part of Assumption College, and were built, in a variety of materials and styles, between 1906 to the 1960s.

The Administration Building, looking east from West Boylston Street

Alhfors Hall was added in 1992; in 2004 the 57,000 GSF Harrington Learning Center replaced the College’s old library in the North Wing of the Administration Building.

The Harrington Learning Center, looking north

Today the buildings total 634,591 gross square feet, of which 380,786 is assignable, including 28,488 ASF of general classroom space and 20,520 ASF of specialized instructional space. Classrooms and other instructional spaces are primarily located in Surprenant (1965, 24,162 ASF) and the Administration Building (1906, 17,786 ASF), and in smaller numbers in Alhfors, the Athletic Center and the Harrington Learning Center. A Child Study Center is located adjacent to the main campus.

Page 143: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

Science Instruction QCC’s Department of Natural Sciences offers 32 lab courses in four laboratories in Surprenant (Physics, Biology, Anatomy & Physiology, and Chemistry), in the Stem Cell Lab at the Shrewsbury Campus, and at Abbott Laboratories. The courses support the College’s General Education, Healthcare, Biotechnology, Basic Engineering, Electronics, and Manufacturing Technology programs. The total number of sections offered has increased from 137 to 151 in the last two years.

Technology and Engineering Instruction QCC offers Basic Engineering, Computer Systems Engineering Technology, Electromechanical Technology, Electronics Technology, Energy Utility Technology, Manufacturing Technology, and Telecommunications Technology programs. Basic Engineering has no labs and must be taught as theory only in general-purpose classrooms; courses for the other programs are currently taught in three rooms in Surprenant (a high-end computer lab, a computer classroom, and an electronics classroom) and in the 1,675 SF Advanced Technology Center in the Athletic Center. Overflow for Computer Systems Engineering Technology now goes to Worcester Technical HS. Enrollment in technology-related courses has increased by almost 60% over the past two years (from 569 to 896).

The Site

Topography provides both distinctive physical beauty and unique development and circulation challenges at Quinsigamond Community College. The fifty acre campus is on a hillside that rises 104 feet from the main entrance on West Boylston Street to the Burncoat Street entrance on the east in a series of terraces and “trays” that contain most of the College’s 1,558 surface parking spaces.

The result is a campus of grand views to and from buildings and steep, sometimes slippery, climbs to reach them. The most direct and dangerous confrontations between pedestrians and vehicles were eliminated in 2009 by the construction of a new Loop Road around the campus buildings.

Page 144: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

The Master Plan

The Campus Master Plan completed in November 2007 by Chan Krieger Sieniewicz established a “boundless quad” concept as the framework for future development of the campus. The vision was endorsed by the College, and the first step toward realizing it, the Loop Road (shown above as #1), was completed in 2009. The new Science and Technology Building is anticipated to be sited in either location #3 or #4.

The North Wing and Chapel Renovation The transfer of library resources to the new Harrington Learning Center in 2004 left the North Wing of the Administration Building substantially vacant, and a study completed by HKT in 2006 recommended locating a “one-stop” student services center there. That project is currently unfunded, but an interim renovation of the North Wing Gymnasium area using College funds is in design.

SCOPE OF WORK The consultant must be prepared to enter into a contract and begin work immediately upon selection. Interim reports and other deliverables will be produced at milestones during the Study. In accordance with the DCAM Designer Procedures Manual, the study phase for the Science and Technology Building will include but not be limited to the following tasks and products.

ST-01 Problem Statement and Workplan Develop a workplan for DCAM review and approval • A statement of the vision and goals for the project and the problems to be addressed • A fee breakdown by deliverable that identifies the scope of each product • A schedule for a collaborative design process modeled on GSA’s Integrated Building Design (IBD)

(http://www1.eere.energy.gov/femp/pdfs/29267-4.1.pdf) that identifies the agendas and participants for all conference calls, meetings, workshops, presentations and other events requiring group coordination

Page 145: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

ST-02 Inventory and Analysis Document and analyze all relevant existing program, building, site and cost information. a. Program

• Location, size, and utilization of all existing classroom, laboratory, office, and support space related to science and technology instruction at QCC, noting any critical adjacencies

• Documentation of all programs supported by science and technology instruction at QCC • A survey and benchmark space analysis and recommendation of best practices for delivery of science,

engineering and technology instruction, based institutions of comparable size and mission • Interviews with QCC faculty to determine space needs for preferred instructional approach • Develop preliminary “right-sized” tabular program for new science and technology with appropriate departmental

and building grossing factors • Develop project Base Case Performance Profile for energy and water use

Products: tabular science and technology space inventory by building illustrated by key campus plan and building plans as necessary to locate each space, Specialized Classroom Utilization Sheets for each Code 200 space, Best Practices and Benchmarks Analysis Workshop, illustrative module diagrams and space layouts, Specialized Classroom Utilization Sheets for proposed Code 200 spaces, prioritized tabular space program and adjacency diagram, Base Case Profile

b. Site and Buildings • Review available information about, and perform visual survey of all buildings containing spaces included in the

program inventory. Document building condition in Uniformat II Level 3. • Provide a complete code analysis for all relevant buildings, including a comprehensive Chapter 34 analysis • Prepare campus locus map showing campus boundary and identifying adjacent roadways and land uses. • Prepare campus base map from best available information showing name, footprint and location of all QCC

buildings, roadways, sidewalks, paths, recreation and parking areas • Identify, analyze and summarize all site conditions relevant to site selection for the proposed building, including

but not limited to topography, geotechnical conditions, hazardous materials, drainage and ground water flows, utilities, vegetation, wind direction, solar exposure, pedestrian and vehicle movement.

• Review current implementation status of Chan Krieger Master Plan • Develop building footprint/site envelope and siting criteria, including implementation of the Master Plan and

Universal Design goals, for the proposed project elements for College and DCAM review • Evaluation of potential sites for the project(s), noting significant opportunities, constraints, and cost premiums

associated with each. Products: floor plans, photographs, and building condition narratives at Uniformat II Level 3; overall summary and detailed narratives for site conditions; code analysis; campus locus and base maps and site analysis maps as required to document conditions

c. Costs • Develop per square foot cost analysis for preliminary tabular space program and Base Case Profile, noting any

site cost options and premiums • Recommend options as required to reconcile preliminary costs with project budget for review by DCAM and the

College Products: Cost analysis workshop; life cycle cost analysis

d. Schedule Preliminary schedule and a list of potential permits, regulatory agencies which can potentially affect timeline.

ST-01R Problem Restatement and Workplan Revision Revise the project workplan as required by preferred building program and site option Product: Revised workplan

ST-03 Potential Solutions a. Program: Develop draft room data sheets and room layout diagrams for all net spaces in the preferred program b. Site and Building: Develop up to three conceptual options for the preferred building program and site, with blocking

and stacking diagrams to illustrate optimal adjacencies, site interaction and universal design opportunities, and backfill opportunities; Develop a preliminary LEED worksheet

c. Cost: Evaluate options with respect to feasibility, construction cost, operating cost, EO 484 compliance, Universal design, schedule, implementation requirements and achievement of the design objectives of the Master Plan

d. Schedule: Possible phased implementation, including swing space needs and minimal disruption based on academic

Page 146: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

schedule to be anticipated. Products: Draft Room Data Sheets, Potential Solutions Workshops presenting and evaluating options

ST-GW Global Workshop A Global Workshop led by the designer will give all project participants and interested parties an opportunity to comment on the preferred solution selected in ST-03. Product: Global Workshop

ST-04 Consensus Solution Revise the preferred solution as directed by DCAM to include comments at the Global Workshop and prepare as necessary a. Program: A revised tabular program for all spaces; revised relationship diagram depicting important adjacencies;

revised room data sheets with room layouts as required for illustration, equipment lists and performance requirements b. Site and Building: A schematic architectural design set including conceptual plans, elevations, and building sections;

LEED checklist and energy and water use estimates as required for EO 484 compliance; Architectural, MEP, and site narratives

c. Cost: Detailed cost estimate in Uniformat d. Schedule: A list of all applicable codes, permits and reviews; implementation plan and schedule including codes,

permits, reviews, and any necessary phasing Products: Final tabular program, Adjacency diagram, room data sheets, schematic plans, design narratives, LEED Checklist and EO 484 estimates, cost estimate, implementation plan and schedule.

ST-05 Draft and Final Report Compile a Draft Report incorporating, coordinating and narrating products from Tasks 2-4 and appendices as required for review. Prepare a final report, including an executive summary and project narrative, with revisions as directed by DCAM, and submit it in required digital and hard copy formats. Products: Draft and Final Reports

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.

QCC0401 ST1, Quinsigamond Community College: Accessibility & ADA Compliance Study, ILR & LIEBSTUDIOS:architecture, November 2005

http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb100501_qcc_acc_ada_study_nov_05.pdf

QCC0401 ST1, Feasibility Study: Modernization of the North Wing of the Administration Building, Quinsigamond Community College, HKT Architects, September 11, 2006

http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb100501_qcc_adm_study_sept_06.pdf

BHE0502 ST1, Quinsigamond Community College: Space Utilization Analysis, Classrooms and Specialized Instructional Spaces, Rickes Associates, September 2006

http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb100501_qcc_space_util_sept_06.pdf

BHE0502 ST2, Master Planning for State and Community Colleges: Quinsigamond Community College, Chan Krieger Sieniewicz, August 2007

http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb100501_qcc_masterplan_aug_07.pdf

QCC0401 ST1, Quinsigamond Community College: North Wing Interim Improvements, HKT Architects, September 16, 2009

http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb100501_qcc_nwing_imp_sept_09.pdf

Page 147: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

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 3/10) (“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.

Design Contract DCAM has established a goal of twelve months to complete design (SD, DD and CD). At the conclusion of the study, if the applicant is requested by DCAM to perform final design services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (“Design Contract”) or its successor, without revisions or modifications. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf

Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance

(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,

and expresses their opinion regarding those controls.

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

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

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

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

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

1 The 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.

Page 148: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

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

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

Construction Specifications The designer shall utilize the DCAM Standard Specification.

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

Building Information Modeling Building Information Modeling (BIM) will be used in the study, design, and construction phases of the project as part of the basic fee.

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

CM at Risk The construction of this project will be performed utilizing a construction management at-risk (CMAR, sometimes referred to as CM/GC) contract in accordance with MGL Chapter 149A. It is anticipated that the CM will be on board during the Schematic Design phase of Final Design project.

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

Page 149: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 1 DSB PUBLIC NOTICE DATE: April 14, 2010

APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel.

1. Architect (Prime) 6. Higher Education Lab Planner 2. Mechanical Engineer (M/P/FP) 7. LEED Accredited Professional 3. Electrical Engineer 8. Specifications Consultant (independent consultant required) 4. Civil Engineer 9. Cost Estimator (independent consultant required) 5. Landscape Architect 10. MA Building Code Consultant (independent consultant

required)

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

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

1. The architect must have demonstrated 3. The architect, landscape architect and higher education lab experience with planning, design, and planner must each cite one or more examples of innovative construction of new and renovated college- access design exceeding the requirements of MAAB and/or level instructional space for science, ADAAG. technology and engineering.

2. The architect and the mechanical engineer 4. The higher education lab planner must have demonstrated must cite projects successfully meeting experience in the planning and design of instructional space aggressive energy and water use reduction for science, engineering. Additional demonstrated experience targets. Experience with and/or leadership of with the planning and design of instructional space for collaborative design teams preferred. advanced technology training is preferred.

5. LEED Accredited Professional must have completed at least one LEED Certified project of similar type.

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB 2005 Application Form is included with this Notice, and is available for download at http://www.mass.gov/dcam/dsb.

Only complete applications submitted on the DSB 2005 Application Form will be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB 2005 will be rejected as non-compliant and not be considered by the Board.

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

Page 150: Crematory 20100414 Central Register

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 10-05 ITEM # 2 DSB PUBLIC NOTICE DATE: April 14, 2010

LAST DATE FOR FILING APPLICATION IS: May 5, 2010 at 2:00 PM

The Board recommends applications to be submitted by any of the following firms:

( X ) Architect ( ) Engineer ( X ) Architect/Engineer (A/E) ( ) Other:

PROJECT NUMBER: DCR10A/E03

PROJECT TITLE: Study and Design for Repairs, Renovations and Replacement of Various Buildings and Systems

PROJECT LOCATION: Various DCR Facilities Statewide

AWARDING AGENCY: Department of Conservation and Recreation (DCR)

APPROPRIATION SOURCE: Various (to be determined)

AVAILABLE AMOUNT: As determined by Agency

ESTIMATED CONSTRUCTION COST: Less than $2 million for each project

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

( X ) Lump sum established set fee per M.G.L. C.7, §38G(a) $500,000 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 ( X ) OTHER (HISTORIC STRUCTURES REPORT)

MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, § 40N, Executive Orders 390 and 478, DCR 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 3/10) at Attachment C, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the SOMWBA website: http://www.state.ma.us/somwba. 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.

N.B.2: The Awarding Agency may award up to four (4) contracts, each with a total value of $500,000 to qualified designers under this contract.

House Doctor, 04/06/10

Page 151: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 2 DSB PUBLIC NOTICE DATE: April 14, 2010

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: The Department of Conservation and Recreation (DCR) seeks House Doctors to investigate, evaluate, and prepare certifiable studies and final design services for repairs, renovations, replacement and new construction of various facilities within state and urban park divisions. Building types include but are not limited to: bathhouses, visitor centers, historic structures, skating rinks and systems, park restrooms, comfort stations and swimming pools. Projects range in scale and type with varied materials.

The scope of work may include but is not limited to: site infrastructure, architectural, structural, mechanical, electrical, plumbing and fire protection systems, including:

1. Investigating the nature and severity of the problem. 2. Documenting existing conditions. 3. Identifying and evaluating historic features and fabric. 4. Recommending detailed repairs and magnitude of costs for such repairs. 5. Proposing alternate methods of repair for resolution of the problems. 6. Developing the preferred solution to schematic design and/or design development. 7. Preparing construction specifications. 8. Producing cost estimates. 9. Preparing construction documents and administering the construction contract.

Consideration in the analysis should include energy costs, sustainability principles, expected remaining useful life, universal access, reliability, durability, maintenance, constructability and life cycle costs.

All work proposed on historic structures must be in accordance with the Secretary of the Interiors standards for the Treatment of Historic Properties.

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 and monitoring and indoor air quality testing and monitoring will be extra services under this contract.

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. Master plans and/or studies for any projects with an estimated construction cost of $2 million or more may not be performed under this 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/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf

Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance

(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,

and expresses their opinion regarding those controls.

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.

Page 152: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 2 DSB PUBLIC NOTICE DATE: April 14, 2010

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

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

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

Construction Specifications The designer shall utilize the DCAM Standard Specification.

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

CONDITIONS FOR APPLICATION: The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the 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 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel.

1. Architect (Prime) 5. Civil Engineer 2. Mechanical Engineer (M/P/FP) 6. Landscape Architect 3. Electrical Engineer 7. Cost Estimator 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.

Page 153: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 2 DSB PUBLIC NOTICE DATE: April 14, 2010

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

1. Architectural Repairs, Renovations or New 3. Familiarity with Code Requirements, Environmental Construction for Park Facilities Laws/Permitting and Historic Requirements

2. Mechanical/Electrical Repairs and 4. Cost Estimating for projects of similar type and scale Renovations

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB 2005 Application Form is included with this Notice, and is available for download at www.mass.gov/dcam/dsb.

Only complete applications submitted on the DSB 2005 Application Form may be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB 2005 will be rejected as non-compliant and will not be considered by the Board.

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

Page 154: Crematory 20100414 Central Register

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA

DSB LIST # 10-05 ITEM # 3 DSB PUBLIC NOTICE DATE: April 14, 2010

LAST DATE FOR FILING APPLICATION IS: May 5, 2010 at 2:00 PM

The Board recommends applications to be submitted by any of the following firms:

( X ) Architect ( ) Engineer ( X ) Architect/Engineer (A/E) ( ) Other:

PROJECT NUMBER: DWC-2010

PROJECT TITLE: Study and Design for Various Repairs and Renovations

PROJECT LOCATION: 400 Faunce Corner Road, North Dartmouth, MA 02747

AWARDING AGENCY: Bristol Sheriff’s Department

APPROPRIATION SOURCE: Various (To Be Determined)

AVAILABLE AMOUNT: As determined by Agency

ESTIMATED CONSTRUCTION COST: Less than $2 million for each project

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

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

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

MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, § 40N, Executive Orders 390 and 478, Bristol Sheriff’s Department has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate 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 3/10) at Attachment C, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the SOMWBA website: http://www.state.ma.us/somwba. 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.

N.B.2: The Awarding Agency may award up to four (4) contracts, each with a total value of $250,000 to qualified designers under this contract.

House Doctor, 04/06/10

Page 155: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 3 DSB PUBLIC NOTICE DATE: April 14, 2010

APPROPRIATION LANGUAGE: N/A

GENERAL SCOPE OF WORK: The Bristol Sheriff’s Department seeks House Doctor Designers for the investigation, evaluation, and preparation of certifiable studies, and final design services for multiple repair, replacement, and renovation projects and general building upgrades throughout the facility, as requested on a case-by-case basis.

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

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

prepare construction documents and perform construction administration.

Immediate needs include but are not limited to conducting a facility study at the Women’s Center Building. The scope of work will be to evaluate the present heating system and the hot water boilers, including the hot water storage tanks, to determine the most energy-efficient means of repair and/or replacement. The Women’s Center heating/hot water system is presently comprised of 10 gas-fired boilers (6 for the forced hot water heating system; 4 for the domestic hot water supply), and 2 hot water storage tanks. The building description is as follows:

Year Built: 1989 Roof: Tar/Gravel, Asphalt Shingles Ceiling: Concrete Walls: Concrete Block Floors: Concrete Gross Square Feet: 15,900 Designed Capacity: 4 Units; 110 total beds Purpose/Use: Secure Housing, Dining, Laundry, Visitation, Recreation, Classroom, and Security Administration for Bristol County House of Correction female inmates

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.

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. Master plans and/or studies for any projects with an estimated construction cost of $2 million or more may not be performed under this 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/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf

1 The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.

Page 156: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 3 DSB PUBLIC NOTICE DATE: April 14, 2010

Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance

(DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined management’s internal auditing controls,

and expresses their opinion regarding those controls.

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

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

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

Construction Specifications The designer shall utilize the DCAM Standard Specification.

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

CONDITIONS FOR APPLICATION: The applicant’s current or updated Master File Brochure must be on file with the Board prior to the date of application. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Project’s Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the 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.

Page 157: Crematory 20100414 Central Register

DSB LIST # 10-05 ITEM # 3 DSB PUBLIC NOTICE DATE: April 14, 2010

APPLICATION EVALUATION – PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel.

1. Architect (Prime) 6. Specifications Consultant 2. Mechanical Engineer (M/P/FP) 7. Cost Estimator 3. Electrical Engineer 8. MA Building Code Consultant 4. Structural Engineer 9. MAAB / ADA Title II Access Planner 5. Civil Engineer 10. Security 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.

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

1. Architectural repairs and renovation for 3. Renovations/repairs to building infrastructure and envelope correctional facilities of similar type and size

2. Mechanical, heating and ventilation, 4. Experience with phased renovation and modernization electrical, plumbing and fire protection within occupied correctional facilities systems repairs, renovations and installations

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB 2005 Application Form is included with this Notice, and is available for download at www.mass.gov/dcam/dsb.

Only complete applications submitted on the DSB 2005 Application Form may be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB 2005 will be rejected as non-compliant and will not be considered by the Board.

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