Loading...
HomeMy WebLinkAboutContract #: 018655 - From: 06-30-2013 To: - Patriot Restoration, Inc - Town of North AndoverSantilli, Ray From: Santilli, Ray Sent: Tuesday, November 20, 2012 3:52 PM To: Brown, Gerald; Leathe, Brian; Deems, Maura Cc: Bellavance, Curt Subject: Waiving of Building Permit Fee At their meeting last night, the Board of Selectmen voted to waive the building permit fee for the two projects at the Stevens Estate: Patriot Restoration (masonry repair project) and Vareika Construction (window replacement project). If you have any questions, please call me. Ray Santilli Assistant Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Phone 978.688.9516 Fax 978.688.9556 Email rsantilli@townofnorthandover.com Web www.townofnorthandover.com TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Scott Hollinger, President Patriot Restoration, Inc 204 Cedar Hill Road Marlborough, MA 01752 Dear Mr. Hollinger: r10RTh O p r SACHUSE� October 30, 2012 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the executed contract between the Town of North Andover and Patriot Restoration, Inc for masonry repairs at the Stevens Estate. In accordance with Massachusetts General Laws, you are required to pay prevailing wage for work performed under this contract. For each week work is performed, you are required to submit certified weekly payroll records. The certified weekly payroll records are to be sent to: Mr. Ray Santilli Assistant Town Manager 120 Main Street North Andover, MA 01845 If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosure cc., Bruce Thibodeau, Public Works Contract File E 17 ID a- 0 cr CD 0 2 (D C, 0 @ OD 00 66 0 cD P 0 .1, 0 0 1 0 11 3 3 0 -4 (D I Z TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Scott Hollinger, President Patriot Restoration, Inc 204 Cedar Hill Road Marlborough, MA 01752 Dear Mr. Hollinger: October 11, 2012 TEL (978) 688-9516 FAX (978) 688-9556 The Town of North Andover has decided to award a contract to Patriot Restoration, Inc for masonry repairs at the Stevens Estate in accordance with the Invitation for Bids and specifications issued on September 19, 2012. Enclosed please find three (3) original standard Town of North Andover contracts for appropriate review and signature. Please return the signed contract documents and all required accompanying paperwork to my attention as soon as possible. Please ensure that all insurance certificates list the Town of North Andover as an "additional insured". In accordance with Massachusetts General Laws, Chapter 149 you are required to provide a 100% payment bond and a 100% performance bond, on the Town's forms, that are also enclosed. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures w TOWN OF NORTH ANDOVER CONTRACT CONTRACT # DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Patriot Restoration, Inc Address: 204 Cedar Hill Road Marlborough, MA 01752 Telephone Number: 508-624-4487 Fax Number: 508-624-4490 1. This is a Contract for the procurement of the following: Masonry repairs at the Stevens Estate in accordance with the Invitation for Bids and specifications issued on September 19, 2012 2. The Contract price to be paid to the Contractor by the Town of North Andover is: $152,347 3. Payment will be made as follows: Upon completion of work and receipt of invoice, net 30 4. Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. (Rev 5-2007) Contract by and between Town of North Andover and Patriot Restoration, Inc Page 1 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before June 30, 2013, unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. 7. Permits and Approvals: Permits, Licenses, Approvals and all other legal or administrative prerequisites to its performance of the Contract shall be secured and paid for by the Contractor. (Rev 5-2007) Contract by and between Town of North Andover and Patriot Restoration, Inc Page 2 Stevens Estate Masonry Repairs North Andover, MA FORM OF GENERAL BID Kang Associates, Inc. September 19, 2012 To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered r7) C. The proposedPM' contract p0 i FFlovd 67 Guy KUNto( � � Z 4' g.LL l��>�Si) R���Liy S�U�A► dollars ($ E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. October 1, 2012 Patriot Restoration, Inc. Date (Name of General Bidder) By. Scott Hollinger Signature and Title of Person Signing Bid 204 Cedar Hill Road Business Address Marlborough MA 01752 City and State FORM OF GENERAL BID -1 Stevens Estate Masonry Repairs North Andover, MA Kang Associates, Inc. September 19, 2012 GENERAL BIDDER'S CHECKLIST: Addenda Recognized 7 Bi eposit Ce ' irate of Corporate Bidder DCA Eligibility Update Statement VCe Yificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 CERTIFICATE OF CORPORATE BIDDER �d �I LL /,-5 GLC certify that I am the UUJ (0 %'�— of the corporation named as Bidder in the who signed Bid Form, and that the Bid Form on behalf of the Bidder was then the of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal Secretary -Clerk L/ )0 -i -/Z Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature v Date October 1, 2012 L/ Scott Hollinger, President Print Name & Title Patriot Restoration, Inc. Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Scott Hollinger , authorized signatory for Patriot Restoration, Inc. Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature October 1, 2012 Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. o Signature Scott Hollinger, President Print Name & Title Date October 1, 2012 Patriot Restoration, Inc. Company Name One &.1mmooltoeaAh c/,4.a4JacAu4eA t r�cr(/ t�f� f ic(� I��'r �.r✓flllr.11zrllticti(1J1 and hinerne-e DEVAL L. PATRICKc114Jjackrdn/li. 02IO8 GOVERNOR (617) 7l74050 TIMOTHY P. MURRAY fiat: (0/7) 7,7-;iJ63 LIEUTENANT GOVERNOR Prime/General Certificate of Eligibility Contractor: Patriot Restoration 204 Cedar Hill Road Marlborough MA 01752 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE CAROLE CORNELISON COMMISSIONER This Certificate Shall Be Used For Submitting Prime/General Bids Only In accordance with M.G.L. Chapter 149, Section 44D and 810 CMR 4.00, you are hereby certified to file bids under Chapters 149 and 149A in the following categories: 2516 Masonry Waterproofing W General Building Construction (GBCI Average Project Rating: 95 Number of Projects Evaluated: 10 Number of Projects Below Passing: 0 Your Single Project Limit (SPL) is: $11,168,000 Your Aggregate Work Limit (AWL) is: $30,000,000 is erti ca 'v lid from 4/9/201 to 4/9/2013 Taran T. G ' s , General Counsel, for Carol J. Cornelison, mmissio Official MAM Amend r nts Extension to: Name: SPL: GBC SPL: AWL: Work Category: Address Change: i� Date EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution; This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. 10-1-2012 Patriot Restoration, Inc. Bid Date Print Name of Prime/General Contractor Steven Estate Masonry Repairs 204 Cedar Hill Rd. Marlborough, MA 01752 Project Number (or name if no number) City of Pittsfield Awarding Authority Business Address (508) 624-4487 Telephone Nur SIGNATURE Bidder's Authorized Represe Division of Capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidders Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, Division of Capital Asset Management n -:......In.. -......I n....a.....i... I I...1 -f- Qinf when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Page 2 of 10 N U LUn w a U- 0� OQ�- wUZ QL-0 C) www �U� O waw U V u1 ZC)C� U) ,} J LLJ Lu U) � Q D wZ0 J w Lu O0w X00 Q C Z AZO w l.L ~ Q Dw� 000 LL (1)Z Z W � F- 0 Dw cy O~LLJ � Zz O w J W Q Q O a- > LLI � ILD Z O} Z UO o0 Ofi LL Q U �O} :j a- IL IL J Q J < �J LD � Q T_5U JQw0 Q L- a) a) W O O O O O O W H W T -- O N O O O E" J N 04o N N N 04 CL O�- M O C\ c7 O M O (h (\ 0i 0 m (D rn U 0 .0 w` c a) a) L E Q 00 o rn0)o o CY)0 o T o C) 0 o O N 00 O N O N F- -Lf LO N �_ O N Q ' NO M _ r- LO r O 3 O m w O �' C: a) O a) �(D a)-0 W O Op O O O O 4 0 � o O o O F- � M o0 O N O LO C) N O O O O LO af oo OT - r O o- H (0 a a) M (O c7 N Z 6-k U) 64 64 Efi 6c)- 4 0 0 m a N Co Q. c CU S`c U) N a) -N 0 U _ U U) (1) Cf) (1) Cl) ro O U Cf) i U L N m U '0 co aci a a a a a a Y � w w w w � 0 0 U c U c U c U c U C U c �Iw-U U U U U U V m p m ) CL - CL a OL CIL OL Q Q Q Q ZO 2 Q 2 2 o c 2 > o Q� C i V7 � •j u 3 m cp � d co J o L L c (n L w a CL a) a) cu a) w �, N N a) m rn m rn m c� c`o (o a w 0 0 cD ro cD O 0 CD 0)N 0) a> m c c (o c c Y a CL L L L L u a- d CL o.. L- a) a) C 0 3 U a) a) a E 0 U 0 .0 (D c a) a) L E L () - 0- -0 -0 a) U) � 0 � w 0 NQ ce) m 0 .0 ro CL O 3 O m a) O �' C: a) O a) �(D a)-0 a E-0 O '> U OL o O a O 0 oQ � Q N � E ` oc CL O ca U c Q w 0 c a a) E a) c (D N (0 U) 0 E U� a) E fB m a N Co Q. c CU S`c U) N a) -N 0 U _ U U) W,:3 Q (u p M 4-- c ro O U p i U L N m U '0 co aci L O U co (p v �' c N E Q `�- ca o� W H z O 0 LU VJ J U LU O ry 0- 0Lli I� w J 0- O U Q W O LL z O Q O LLz LU z w W LL LU z 0 J Ow LU Q HCL U) w D DO Ow a CL a) C O C cu 0 z a) .w T� C Q U C)- 0 O U cn O o M C: O >, U o U a) L O ca a7 c cn m c_ E U cn :3 C o O 0) D 0 L T a) C 0 O O 0-0 ca C: a� E C O L U L � L O U O 17 O a) rn M IL M a� Ew m a c a CU O U Q c0 C ca O rU a— c� U a) o (D cD O on- Cf) 0 rn co N O O 0 0O 0 14- O 14r r Lo O r o N o 1 ti I- r IT L? f� O O00 O CDLO N r- N = O V O 1 O i DD CO c7 r N 00 o r— v ti 0 �' ' N O r- 1- U (0 O M i O O c- CD O w co M m Mr fI- --CO z f- O L r oD O O C C: O C C 0-0 O O O O O O CL C Q CL w J a) a) � a) a) C O a) w a) 0 O H � U c F-- O co N tUL O m =L U CO 0o O = � L � M a) m Za a) N c a) LO O 0� a) m oo E cu co :3a) N ca o ns cu Qa co U > w 0- _ N Q C 0 C C (7 (n U) C C O U O O N m O 0 N aa) aa)) d U c m a) d U) aa) d a) d U O c a) a> d M U cn 0-0 a) ° o U rn E 0) v cu 0 z z a) cu cB C u, COC c0 m c0 C cn C ;� m N C C O= o (0 U c U O U U C CO O O U U cn Z) C- cn U C O U U Q m ` w '0 N O cn � 0) > Qro m CwQ aL)� C L L `-' E v O O U C m zO t a U co _�e O U m w U a) U O O �, M O U C7 = (D U m C� w 0 C� a U LL z w w w w w w aL z z � z � z � z � z z U z z- z U z U z U O� w U w v w v w U � w v w c:i U O 0 (D O 0 (D O 0 (D O 0 (D O 0 CD 0 0 0 �_ QLO ai m �_ rn r Q W J C o (0 Q Q a) C C p C Q C ccl� O U) .O E O G� Q a O c"n CO O O m m U 0 a) W O m I_ U 0) m m O m 0) ° in � 2 `� rn in LU (D cm 0 � (D a) C°a (D c cLa a) O m m 0 0) 0) a C � C a co cu Y co E N 4 U a d a U a) C O C cu 0 z a) .w T� C Q U C)- 0 O U cn O o M C: O >, U o U a) L O ca a7 c cn m c_ E U cn :3 C o O 0) D 0 L T a) C 0 O O 0-0 ca C: a� E C O L U L � L O U O 17 O a) rn M IL M a� Ew m a c a CU O U Q c0 C ca O rU a— c� U a) o (D cD O on- a) O E Co fC y- O N E U m cc nn C co n C O 0-0 i M a � U O O O C -r- 0 L U O -E- -r- 4-- 0 LO >; >, C C (B t0 Q - NE Q O C a x aD C O %P U O O O L O O V/ W N cn C f0 N Ri L O O r-- w 0 a) 0) cm a. O O N C: a) E a) w N U) E a) a) � D c a N a) O c U Q c O U � m U ` w c O N cU O � E 0 a. W 0 z (A Q LL O >- o co LU UZ W W 0� 0-0 �Y O� E' j0 3: � W C _ Z ~ 0 UW 2 (D W Z= J_ > m0 Z Z OW Z = QO Z U) UJ 0 J mQ LLJ (D F- LLJ i W 0 0 Q =, J Z m0 D J < Q� U)0 :1U OI O O O � O C: CD E� o� O N O Y >O U z 0 W w J 0 z 0 0 LO N m M O M L c0 2 N U W E EU) a) w cm m Co a m O 0 O U N Q C Fu O U cu cu U` a� o ami C C7 .O d 0� W o 0 0 0 00 O O N O J Y .O c , 00 0 a 0 O o p O rn J W a :D 2O�vI7 0 O p 0 O 0 O O 3:.- co o ao z>� -o�� L v a Z 6 c� LL U) °?, 0 00 OWQ �o'r r a� Z? -w W �. w L- F- W o 0 0 0 0 OO F-_ W Z J coi o 0 0 0 0 0 0 0 0 ti <or- r� o w �n 6O 9 O U cl 6c)- 69 LO `- 6g 69- H W O o J z2W r O LOr O � M o �o U H ,o QW 0 00 0 0 Q' U 0 O coo_ ch 0 O 0 0 0 LO F -w —7 C) 0 O r N 0 ti Oa U m 6'} v 64 ro 6469. CN N W J D C ZO W N _ >+ � v 0 r O r O r O r 00 r W Z W W _ O N N O N O N O N O N O N O N ON O N C7 Q LO r - (n Z p � CY)a } m m ` �� .= °o 3 m cr cr-a cuo a ma- o Q CV W ca.a) °� s o Q3 U _0 co 0 U ca 3 0. Q Q otS OQ 2 v 2 W Z m o C Q o co o � o o 2 > o HO H~ Q a c° m N c O o E m Q W U .. U C a) :3O O � m a cn N � O OJ O _0 4) L r o m Y c9 Q c a_ (> o a a � ca O (6 N O)0) OI O O O � O C: CD E� o� O N O Y >O U z 0 W w J 0 z 0 0 LO N m M O M L c0 2 N U W E EU) a) w cm m Co a m O 0 O U N Q C Fu O U cu cu U` a� o ami C C7 .O d 0� V- aD O t c 0 E 0 L a) .a E D C: () O a) .O U _ (l5 � Q 0— E — E �•U '0 a) () p U a) U a) d -J L a) � O L a) a) (0 .r_ :3 U C � N a) a) c O 0 E N_ N Ocu U � O +� L O Q) E� Fel C: E O U i - w 0 to a) 0) co a- C: (1) E a> c 6 E o m -0 C: a (U L N OU Q ca C O »� U caa cu U w- c 0 0 c— o_ a) E L o� W 2 Z 0 0 LU CO J U w ry a_ W w J 0 z Q w 0 LLZ 0 Q 0 LLZ w Z w W LL w CD z_ 0 J U- L W Q 2d wU C) C 0 Ir,D 0- a L L O N >, C O O L C O O N L C O O •O a) a) 0) L C C O C c o `'10 00 z -cz 70® �® Q) :3(0co gU) —W >_W >I❑ •-❑ tB (S3 Q E O o� t- C' (6 L Q C O •2 U O C L c a) 0 o >• 2!' C�a U) m 3s a) L fn O) O O E.S M c p E o L r 0) ( o 3 0 E � L O C � >-C on N cB a) _a RS M U 0 O CU 0 O C cm: O U E c —C tt a) O LO 4-- >; C 0 ca Q E L U Q U WE E c a) E a E Co a> Co -0 c a as 2? 0 (D U U) U Q c o N @ o o c (D 0— a) N •� E ow M O) I. (Y) N O M V O O O 1r) � N O O � N (r) (n 00 rn O O 00 000 Cl) (7 Cfl f� N O 1,- N i c- O O0 00 r� N C7 (0 O O O N � 4 � w I N a) m r 0 04 N a) 70 a) a� m a� _ o o 0 0 C o O L -O .0 L t 0r- JC a) a) N N a) (CON �— ~ U) 1 ~ ca ~ ~ ~ (n (0 L U) (1) � U C O C 0O �p (li a) m O "O m Z 4) c F Y �' tti Q > (� '- -F- a) oe cn (n o _j � -r 0 cu L o U W�1 U' a) O > L.L cU G C OL E C O 4 C O N a) C o C 0 C O C O C a) L � U)� w ` w w U d o=� 0)a) c a) a s C Z N C O U t^! C (n O C «� C o C c O L R -Fu LU U Q U U cu 1) U U C) U Q m p O (Sf E U C M U J U U a (D U Q U- w C_ > (>o c c (n Q N a- m cu m ` W m J O N J E CLCa Cl) EZ can) caC� U 3` o U Q o (D = U) (D j p° C� Z W w w w w w a0� z 0� z C� z Q� z Of z Lu z Cn zz — U) F) z U 0> zz W U> W U >z > w U >z > w U >z > W U> w U U 0 o (D 0 o CD 0 o (D 0 o (D 0 o (D 0 o (D a Q cn Q o LLJU N JC i— O i Q C m O O `) `) O m 3 (� a) a) m U � -°O m U ami � w N a`) cu > U) ( ami �, O U) 0- C;)c�0 O �[ m c J 2 c° m c a) 0- U o) 0) O a N L L O N >, C O O L C O O N L C O O •O a) a) 0) L C C O C c o `'10 00 z -cz 70® �® Q) :3(0co gU) —W >_W >I❑ •-❑ tB (S3 Q E O o� t- C' (6 L Q C O •2 U O C L c a) 0 o >• 2!' C�a U) m 3s a) L fn O) O O E.S M c p E o L r 0) ( o 3 0 E � L O C � >-C on N cB a) _a RS M U 0 O CU 0 O C cm: O U E c —C tt a) O LO 4-- >; C 0 ca Q E L U Q U WE E c a) E a E Co a> Co -0 c a as 2? 0 (D U U) U Q c o N @ o o c (D 0— a) N •� E ow C cl ^X W C O U) N 07 N O U) W N 3 U) C c0 N M 0 w 0 N m M 0- O M L U L c� G U 0- W c io E a� m 0 m -a c a c� 0 O U N Q � C O wU Q— U a) o m C: CD 0— E aE •> L �d PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete a project? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ z 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ z contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ z payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority for a public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's z lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of your projects? 11. Has any employee or other person suffered an injury in connection with any of your projects resulting in their inability to return to work for a period in excess of one year? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code; legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I" shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? _ 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ N or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ N or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ , or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ N concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal ❑ M or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑, violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any public projects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ E administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Robert Stocker General Superintendent Michael Pimentel Project Superintendent Glenn George Project Superintendent Stephen Hall Project Superintendent PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 BID BOND Conforms with The American institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Patriot Restoration, Inc. 204 Cedar Hill Road, Marlboro, Massachusetts 01752 as Principal, hereinafter called the Principal, and the The Ohio Casualty Insurance Company , of 20 Riverside Road - MS03AN, Weston, MA 02493 the laws of the State of Ohio , a corporation duly organized under , as Surety, hereinafter called the Surety, are .held and firmly bound unto Town of North Andover, Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of 5% of Bid Amount Dollars ($ 5% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid .for Masonry Restoration of the Steven Estate, North Andover, MA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of 04'T T� Witness Witness October 2012 Patriot Restoration, Inc. (seal) Principal Title The Ohio Casualty Insrurranc mpany { By �'J� vvI Donna M. Robie Attomcy-in-Fact THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5: This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, FRANK J. SMITH, DONNA M. ROBIE, ELLEN J. YOUNG, CHRISTINA D. HICKEY, EILEEN M. RYAN, WILLIAM J. DOBBINS, JR., PAUL C. COOK, JR., ELLEN M. DOLAN.................................................................................................................................... all of the city of NATICK , state of MASSACHUSETTS each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttorney has been subscribed by an authorized officeror official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of May 2012. !} `� aH,� American Fire and Casualty Company �¢ ' Ixsma`'e"��� � I"MaThe Ohio Casualty Insurance Company N at(j/ Liberty Mutual Insurance Company d °I 1901 I Peerless Insurance Company c r+ SlisAI, s, i St✓It7. n 1} a- -� � S.f`:.�,%. '• N c co e1oAa�b,� �� 94Nce ca�Qg West American Insurance Company WEIBy: _ STATE OF WASHINGTON ss Gregory W Davenport, Assistant Secretary m . COUNTY OF KING On this 15th day of May 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and W Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being = authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. r CL E IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. Q M KD Riley, Nota Public 3 tII 0. , ..... .... I M'AAV , „ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Aijtflonzations of American Fire and Casualty Company, The Ohio Casualty Insurance o Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: +r w o= ARTICLE IV— OFFICERS— Section 12, Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, :a acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective '� y powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so > = executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under 00 the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. C4 ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe; shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute,0 a seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their 0 � respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so o r executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorney-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of October 2o_12 ^ 1 k 7"o, t�r��h o i�x +xcore�vruIn w 1SD9 1 / fay By: r S�",cU., � 3 SE, ° � � Y 2 �t%�1.. %� David M. Carey, Assistant Secretary /1 /f 9's(e y / QP`0 ot4ta � 0dl�rK�F59AL POA-AFCC, LMIC, OCIC, PIC & WAIC LMS 12873_041012 A� D0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDI12 10/16/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 781-237-5566 781-237-9350 The Pevear Insurance Agency, Inc.(AIC, 20 Walnut Street Suite 108 Wellesley,MA 02481 NAMEGT The Pevear Insurance Agency, Inc. PHONE o Ext: 781-237-5566 alc No:781-237-9350 AIC No, E-MAIL SS: hwellman@pevear.com PRODUCE CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE NAIC# INSURED 508-624-4487 FAX 508-624-4490 Patriot Restoration, Inc 204 Cedar Hill Street Marlborough,MA 01752 INSURER A: First Mercury Insurance Company INSURERB:CQmmerce Insurance Company INSURERC: North River Insurance Company-- om anMarlborough, INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL I SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS GENERAL LIABILITY/ EACH OCCURRENCE $1,000,000 DAMAG To PREMISES Ea o cTTurrence $ 50,000 A Y/ COMMERCIAL GENERAL LIABILITY V MED EXP (Any one person) $ CLAIMS -MADE a OCCUR PERSONAL &ADV INJURY $ 1 000 000 MA -CGL -0000018447-01 10/01/12 10/01/13 GENERAL AGGREGATE $ 2,000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG s2,000,000 $ RO El LOC POLICY ,I PECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1'000'000 (Ea accident) BODILY INJURY (Per person) $ B ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED AUTOS BDKWCK 10/01/12 10/01/13 SCHEDULED AUTOS PROPERTY DAMAGE $ HIREDAUTOS (Per accident) $ NON -OWNED AUTOS ✓ UMBRELLALIA13 OCCUR ✓ EACH OCCURRENCE $10,000,000 AGGREGATE $ 20,000,000 C EXCESS LIAB CLAIMS -MADE 581-100951-6 10/01/12 10/01/13 DEDUCTIBLE $ $ RETENTION $ 0 WORKERS COMPENSATION WC STATU- OTH- T IMI AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER �N N / A on order from Carrier E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ EXCLUDED? (Mandatory in NH) E.L. DISEASE - POLICY LIMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below T_ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Town of North Andover is included as Additional Insured with respect to work performed by Patriot Restoration, Inc. as required by written contract. Jobsite reference.- Masonry Repairs at the Stevens Estate. L.tKI It -ILA I t NULUtK `J' 10 -000 -`.J0 -Ib hFih J/0-Ooo-y�oo liiifV l+CLLN I IVIS Town ot NorthAndover 120 Main Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN North Andover, MA 01845 ACCORDANCE WITH THE POLICY PROVISIONS. Raymond T. Santilli, Asst. Town Manager AUTHORIZED REPRESENTATIVE ©1988-2009 AGUKU GUKPUKA I IUN. Au rlgnts reservea. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD Rightfax C3-2 10/17/2012 5:05:59 AM PAGE 2/002 Fax Server CERTIFICATE OF LIABILITY INSURANCE 1 (MM/DDIYYYY) DATE 2012 TM4X.ERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require and endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX THE PEVEAR INS AGCY INC 21) WALNUT STREET SUITE 108 (A/C, No, Ext): (A/C, No): EMAIL WELLESLEY, MA 02481-2104 ADDRESS: 2449N INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: ACE AMERICAN INSURANCE COMPANY INSURER B: PATRIOT RESTORATION INC INSURER C: INSURER D: 204 CEDAR HILL RD INSURER E: MARLBOROUGH, MA 01752 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADD L SUB R POLICY NUMBER POLICY EFF DATE (MMIDDIYYYY) POLICY EXP DATE (MNTDD\YYYY) LIMITS GENERAL LIABILITY ACH OCCURRENCE $ DAMAGE TO RENTED REMISES (Ea occurrence) $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR. ED EXP (Any one person) $ ERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: 3ENERAL AGGREGATE $ POLICY [:] PROJECT LOC DRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT (Ea accident) BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULE AUTOS BODILY INJURY $ HIRED AUTOS (Per accident) NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) UMBRELLA LIAROCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DEDUCTIBLE $ RETENTION $ A WORKER'S COMPENSATION ANDX EMPLOYER'S LIABILITY Y/N UB -4542P490-12 02/08/2012 02/08/2013 WC STATUTORY LIMITS OTHER E. L. EACH ACCIDENT $ 1,000,000 ANY PROPERITOR,PARTNER/EXECUTIVENIA OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE • EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 It yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESIRESTRICTIONS/SPECIAL ITEMS THIS REPLACES ANY PRIOR CERTIFICATE ISSUED TO THE CERTIFICATE HOLDER AFFECTINO WORKERS COMP COVERAGE. JOBSITE REFERENCE: MASONRY REPAIRS AT THE STEVENS ESTATE. CERTIFICATE HOLDER TOWN OF NORTH ANDOVER THE ABOVE DESCRIBED POLICIES BE CANCELLED PIRATION DATE THEREOF, NOTICE WILL B DELIVERED ATTN: RAYMOND T SANTILLI, ASST. TOWN MANAGER E WITH THE POLICY PROV,J,$1 rAUTHORIZED 120 MAIN STREET RESENTATIVE NORTH ANDOVER, MA 01845 ACORD 25 (2010/05) The ACORD name and logo are registered marKS or HVVKLI iaoo-cV IV h%IVRLJ'.vr_'r-vr_'MI 1wil. n„ „a„— PERFORMANCE BOND Bond No. 012-019-160 KNOW ALL MEN BY THESE PRESENTS, that we Patriot Restoration -,-Inc. with a place of business at 204 Cedar Hill, Marlboro, Massachusetts 01752 _,as Principal (the "Principal"), and The Ohio Casualty Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 20 Riverside Road, MS03AN, Weston, Massachusetts 02493 as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of One Hundred Fifty Two Thousand Three lawful money of the Flundrect Forty -even affd N011U0o ars United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a Contract with the Obligee, bearing the date of for the construction of Masonry Repairs at the Stevens Estate NOW THE CONDITIONS of this obligation are such that if the Principal (and all Subcontractors under said contract) shall well and truly keep and perform all the undertakings, covenants; agreement, terms and conditions of said contract on its part to be kept and performed during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life and any guarantee required under the contract, and shall also well and truly keep and perform all the undertakings, covenants, agreements, terms and conditions of any and all duly authorized modifications alterations, changes or additions with notice to the Surety being hereby waived, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN THE EVENT the Contract is abandoned by. the Principal, or is terminated by -the Town of North Andover, Massachusetts under the applicable provisions of the Contract, the Surety hereby further agrees that the Surety shall, if requested in writing by the Town of North Andover, Massachusetts promptly take such action as is necessary to complete said Contract in accordance with its terms and conditions. x:hocouotmtlpufor== boM,doc r IN WITNESS WHEREOF, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL Patriot Restoration, Inc. [Name and Seal] [Title] SURETY The Ohio Casualty Insurance ('ompany [Att6r'ney-in-fact] [Seal] rs Christina D. Hickey, Attorney -in -Fact 20 Riverside Road, MS.03AN* Weston, MA 02493 [Address] ' \\ 617-243-7975 Attest: W [Phone] Attest: 6k Ellen J. END OF PERFORMANCE BOND 2 , Ailtorney-in-Fact A PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that we Patriot Restoration, Inc. with a place of business at 204 Cedar Hill Marlboro Massachusetts 01752 , as Principal (the "Principal"), and The Ohio Casualty Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 20 Riverside Road, MS03AN, Weston, Massachusetts 02493 as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of One Hundred Fif ty Two Thousand Three lawful money of Hundred Forty Seven and N51100 Dollars the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of for the construction of Masonry _Repairs at the Stevens Estate NOW, THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said contract shall pay for all labor performed or furnished and for all materials used or employed in said contract and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to said contract that may hereafter be made, notice to the Surety of such modifications, alterations, extensions of time, changes or additions being hereby waived, the foregoing to include, but not be limited to, any other purposes or items set out in, and to be subject to, the provisions of Massachusetts General Laws, Chapter 30, Section 39M, and Chapter 149, Section 29, as amended then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN WITNESS WHEREFORE, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL SURETY Patriotestoration. Inc. �amalty Insurance Company [Name aneat] fA m y -m- ac, Se ] Christina D ickey, Atto ey-in-Fact 20 Riverside Rd., MS03AN, Weston, MA 02493 [Title] [Address] I \\ 617-243-7975 Attest: [Phone] Ux Attest: El n J. YdtinizI Att rnev-in-Fact END OF PAYMENT BOND THIS ROWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5383311 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, FRANK J. SMITH, DONNA M. ROBIE, ELLEN J. YOUNG, CHRISTINA D. HICKEY, EILEEN M. RYAN, WILLIAM J. DOBBINS, JR., PAUL C. COOK, JR., ELLEN M. DOLAN..........................................................::...:. all of the city of NATICK state of MASSACHUSETTS each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttorney has been subscribed by an authorized officeror official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of May 2012. C'.0 rib �Y IN$ s��>�$�ff� ,ho c �� Aver American Fire and Casualty Company no �� °g� The Ohio Casualty Insurance Company *e. Gctaac Bkr es u G�aa.z�r n M F a F fi a ��' GonF3AgFF Liberty MutualInsurance Company " Peerless Insurance Company West American Insurance Company By: STATE OF WASHINGTON ss Gregory W Davenport, Assistant Secretary COUNTY OF KING On this 15th day of May , 2012 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and WestAmerican Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for.the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. �'4 V 1-, N07Ayv By: es>>' e = KD Riley, No Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, WestAmerican Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitafions as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. ' Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attomey-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. _ Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of �C PkN Ftp �pYx INS&,!!\\ ��g35URdtM��� AME�et�� �� ape ayF Z Cl��° 7� e G� �I �, i uea a ray I 1901 I� � I tYy GC 1 k ��ssxc`N' 'r�ENE,� '�kCE cC POA-AFCC, LMIC, OCIC, PIC & WAIC LMS 12873 041012 20 By: 7 David M. Carey, Assistant Secretary A p CERTIFICATE OF LIABILITY INSURANCE =(MMIDDNYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 781-237-5566 781-237-9350 The Pevear Insurance Agency, Inc. 20 Walnut Street Suite 108 Wellesley,MA 02481 NAME: The Pevear Insurance Agency, Inc. A/c°No EXt:781-237-5566 a/c No:781-237 9350 ADMDRESS: hwellman@pevear.com PRODUCER CUSTOMER ID p: INSURER(S) AFFORDING COVERAGE NAIC# INSURED 508-624-4487 FAX 508-624-4490 Patriot Restoration, Inc 204 Cedar Hill Street Marlborough, MA 01752 INSURERA: First Mercury Insurance Company INSURER B: Commerce Insurance Company INSURERC: North River Insurance Company INSURER D: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEPOLICY ADDL SUBR NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY / EACH OCCURRENCE $ 1 000,000 AMA N PREMISES Ea occurrence $ 50,000 A" �/ COMMERCIAL GENERAL LIABILITY 1� MED EXP (Any one person) $ CLAIMS -MADE 7 OCCUR PERSONAL BADV INJURY $1,000,000 MA -CGL -0000018447-01 10/01/12 10/01/13 GENERAL AGGREGATE s2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY Z PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 1,000,000 (Ea accident) B ANY AUTO BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ ALL OWNED AUTOS BDKWCK 10/01/12 10/01/13 y/ SCHEDULED AUTOS PROPERTY DAMAGE $ HIREDAUTOS (Per accident) $ NON -OWNED AUTOS $ ✓ UMBRELLA LIAB ✓ OCCUR ✓ EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 20,000,000 C EXCESS LIAB CLAIMS -MADE 581-100951-6 10/01/12 10/01/13 DEDUCTIBLE $ RETENTION $ 0 WORKERS COMPENSATION WCSTATU- OTH- AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE NN/A on order from Carrier E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - POLICY LIMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Town of North Andover is included as Additional Insured with respect to work performed by Patriot Restoration, Inc. as required by written contract. Jobsite reference: Masonry Repairs at the Stevens Estate. GtKIIFICATtHOLDER, V1b-bbb-yS1tD I-AAl1t?J-1001J-y330 LAINLI=LLAIIUN Town of NorthAndover 120 Main Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN North Andover, MA 01845 ACCORDANCE WITH THE POLICY PROVISIONS. Raymond T. Santilli, Asst. Town Manager AUTHORIZED REPRESENTATIVE (cJ 1985-ZUU9 ACUKU UUKVUKA I IUrv. An ngnis reserveu. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD Rightfax C3-2 10/17/2012 5:05:59 AM PAGE 2/002 Fax Server CERTIFICATE OF LIABILITY INSURANCE DATE (0117/201 YYY) TWQ,aERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require and endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX THE PEVEAR INS AGCY INC 20 WALNUT STREET SUITE 108 (A/C, No, Ext): (A/C, No): EMAIL WELLESLEY, MA 02481-2104 ADDRESS: 2449N INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: ACE AMERICAN INSURANCE COMPANY INSURER B: PATRIOT RESTORATION INC INSURER C: INSURER D: 204 CEDAR HILL RD INSURER E: MARLBOROUGH, MA 01752 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR ADD SUB POLICY EFF DATE POLICY EXP DATE LTR TYPE OF INSURANCE L R POLICY NUMBER (MIMDMYYYY) (MMIDDIYYYY) LIMITS GENERAL LIABILITY ACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE � OCCUR. DAMAGE TO RENTED REM SES (Ea occurrence) $ MED EXP (Any one person) $ ERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER ENERAL AGGREGATE $ POLICY [:] PROJECT [—] LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT (Ea accident) BODILY INJURY $ ALL OWNED AUTOS SCHEDULE AUTOS HIRED AUTOS (Per person) BODILY INJURY (Per accident) $ NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) UMBRELLA UAB OCCUR EACH OCCURRENCE $ EXCESS LIABF CLAIMS -MADE AGGREGATE $ DEDUCTIBLE $ $ RETENTION $ A WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY Y/N UB -4542P490-12 02/08/2012 02/08/2013 X WC STATUTORY LIMITS OTHER E. L. EACH ACCIDENT $ 1,000,000 ANY PROPERITORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? El (Mandatory in NH) N/A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 Iryes,describeunder DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS THIS REPLACES ANY PRIOR CERTIFICATE ISSUED TO THE CERTIFICATE HOLDER AFFECTING WORKERS COMP COVERAGE. JOBSITE REFERENCE: MASONRY REPAIRS AT THE STEVENS ESTATE. CERTIFICATE HOLDER CANCELLATION TOWN OF NORTH ANDOVER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILLPJDELIV ATTN: RAYMOND T SANTILLI, ASST. TOWN MANAGER IN ACCORDANCE WITH THE POLICY PF 9 f I 120 MAIN STREET AUTHORIZED REPRESENTATIVE NORTH ANDOVER, MA 01845 ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 1988-2010 ACORD CORPO A I rlgh s reserved. PERFORMANCE BOND Bond No. 012-019-160 KNOW ALL MEN BY THESE PRESENTS, that we Patriot Restoration, Inc. with a place of business at 204 Cedar Hill, Marlboro, Massachusetts 01752 _,as Principal (the "Principal"), and The Ohio Casualty Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 20 Riverside Road, MS03AN, Weston, Massachusetts 02493 asSurety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of One Hundred Fifty Two Thousand Three lawful money of the Efunarea Forty -even and N01100Dollars United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a Contract with the Obligee, bearing the date of for the construction of Masonry Repairs at the Stevens Estate NOW THE CONDITIONS of this obligation are such that if the Principal (and all Subcontractors under said contract) shall well and truly keep and perform all the undertakings, covenants, agreement, terms and conditions of said contract on its part to be kept and performed during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life and any guarantee required under the contract, and shall also well and truly keep and perform all the undertakings, covenants, agreements, terms and conditions of any and all duly authorized modifications; alterations, changes or additions with notice to the Surety being hereby waived, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN THE EVENT the Contract is abandoned by. the Principal, or is terminated by the Town of North Andover, Massachusetts under the applicable provisions of the Contract, the Surety hereby further agrees that the Surety shall, if requested in writing by the Town of North Andover, Massachusetts promptly take such action as is necessary to complete said Contract in accordance with its terms and conditions. xA&ocowwt pa br==bmWAoc IN WITNESS WHEREOF, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL Patriot Restoration, Inc. [Name and Seal] [Title] Attest: SURETY The Ohio Casualty Tnsuranre company [Attorney-in-fact] [Seal] V Christina D. Hickey, Attorney -in -Fact 20 Riverside Road, MS 03AN,WQston, MA 02493 [Address] Ol /_�L�Fj- [Phone] Attest: I/. Ellen END OF PERFORMANCE BOND 2 Ypu4g,j Attorney -in -Fact • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that we Patriot Restoratiott, Inc. with a place of business at 204 Cedar Hill Marlboro Massachusetts 01752 as Principal (the "Principal"), and The Ohio Casualty Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 20 Riverside Road, MS03AN, Weston, Massachusetts 02493 as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of One Hundred Fif ty Two Thousand Three lawful money of Hundred Forty Seven and No 100 Dollars the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of for the construction of—Masonry Repair-, at the Stevens Estate NOW, THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said contract shall pay for all labor performed or furnished and for all materials used or employed in said contract and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to said contract that may hereafter be made, notice to the Surety of such modifications, alterations, extensions of time, changes or additions being hereby waived, the foregoing to include, but not be limited to, any other purposes or items set out in, and to be subject to, the provisions of Massachusetts General Laws, Chapter 30, Section 39M, and Chapter 149, Section 29, as amended then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN WITNESS WHEREFORE, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL Patriot Restoration. Inc.__ ame and Seal] [Title] Attest:, SURETY The Ohio CaaUalty Insurance Company [AMmey-in-fact]rSeal] - L/ Christina D hickey, Attorney -in -Fact 20 Riverside Rd., MS03AN, Weston, MA 02493 [Address] 7.11-L41-1 11 / 7 [Phone] Attest: Ellen J. END OF PAYMENT BOND y -in -Fact THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5383312 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. .. Certificate No. American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized underthe laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, FRANK J. SMITH, DONNA M. ROBIE, ELLEN J. YOUNG, CHRISTINA D. HICKEY, EILEEN M. RYAN, WILLIAM J. DOBBINS, JR., PAUL C. COOK, JR., ELLEN M. DOLAN.................................................................................................................................... all of the city of NATICK , state of MASSACHUSETTS each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of May 2012 . a ooxaeuorF Goavoxar� mt _-rf®ro Gaagax��� INIMWORATED i ! 1901 Nit i q� SF i< x SF�iL ,gar Wit ' SEAL >��� �G�� Hyl MfO��.t�t' �j,� �" �•---.� �G��' SCE c STATE OF WASHINGTON ss COUNTY OF KING American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company By: Gregory W. Davenport, Assistant Secretary On this 15th day of May , 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. NOTARY By: NV� KD Riley, Not Public Cr. „iA�a��" . This Power ofAttorney is made and executed pursuant to and by authority of the following By-laws and Ai tflonzations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attomey-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this AN Fjp PLTY INS (�yy,iN3Up,R� StiR&y� AhiE/sf 4 J •g ca C' 9 oQapaea>� ooxaoagr� rp J I es m fNCLAP-.-k ED T` u.t til $b { I 4L1Y OGSt' lYt 3k; 56AUeJ NEI �� ''VCE co POA -AFCC, LMIC, OCIC, PIC & WAIC LMS 12873_041012 day of 20 B: David M. Carey, Assistant Secretary 4a Formw-9 Request for Taxpayer Give Form to the (Rev. December2011) 1Identification Number and Certification requester. Do not send to the IRS. Department of the Treasury Internal Revenue Service Name (as shown on your Income tax return) Patriot Restoration, Inc. N Business namaldisregarded entity name, if different from above o, n.a. 9 c Check appropriate box for federal tax classification: ❑ Individual/soleP Pro netor E]C Corporation Q S Corporation ElPartnership ❑ Trust/estate � C 0 El Exemptpayae ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► 0 i+ t ................................ C N 0. ❑ Other (see instructions) ► !E Address (number, street, and apt. or suite no.) Requester's name and address (optional) U Oct. 204 Cedar Hill Street W City, state, and ZIP code Marlborough, MA 01752 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line I Sociai security numoer l to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a FM -M y resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a TIN on page 3. _ Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter, Under penalties of perjury, I certify that: Identification number MHOMM©0000 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. citizen or other U.S, person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding �o because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other thanin est and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4. Sign Signature of! f Here U.S. person►6&-� t��,Mrn�t1>;iate► 6 + General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest `• you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than aforeign estate), or • A domestic trust (as defined in Regulations section 301,7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a 3. Claim exemption from backup withholding if you are a U.S. exempt partner in a partnership conducting a trade or business in the UnitP+ payee. If applicable, you are also certifying that as a U.S, person, your States, provide Form W9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S. trade or business status and avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners' share of effectively connected income. Cat. No. 10231X Form - (Rev. 12-2011) TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Adam Packard, President Chapman Waterproofing Company 395 Columbia Road Boston, MA 02125 Dear Mr. Packard: NORTH q O ORL A y SACHUSE�t November 2, 2012 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Stevens Estate Masonry Repairs" issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosure BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Chapman Waterproofing Company 395 Columbia Road, PO Box 255300, Boston, Massachusetts. 02125-5300 as Principal, hereinafter called the Principal, and the The Hanover Insurance Compa of 440 Lincoln Street, Worcester, MA 01653 , a corporation duly organized under the laws of the State of New Hampshire , as Surety, hereinafter called the Surety, are held and firmly bound unto Town of North Andover, 120 Main Street, North Andover, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of 5% of Bid Amount Dollars ($ 5% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Stevens Estate Masonry Repairs NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of October 2012 Witness Witness Cha an Water roof Company (Seal) Principal �pgyYl C�GY reS 1/J Title The Hanover Insura By Ellen J. Fact THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTOHNE Y CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Paul C. Cook, Jr., William J. Dobbins, Jr., Christina D. Hickey, Ellen M. Dolan, Donna M. Robie, Eileen M. Ryan, Frank J. Smith and/or Ellen J. Young of Natick, MA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and'deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Twenty Million and No/100 ($20,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatoryin the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 6th day of December 2011. `...W4t111L, � t%4NIfl, � 8EILl. .. to;4 THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS/ SURANCE OMPANY OF AMERICA !I / o A Robert Thon a& Vice President Joe renstrom, Vic¢ President On this 6th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. W BARBARA A. GARLICK Notary Public y Commonwealth of Massachusetis ,' ` NyComrcss'urEtOirT�sSept.21.20fa ���"`"`"'LLL Jt r� Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Companyof America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company,of America. 'RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 3rd day of October 2012 . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA (Iqhn Margosian, Vice President Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered —% C. The proposed contract price is: DliL'l1a'Il+ld/J fito 8'��dollars ($ E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. rZ at (Name of eneral Bilft) By:�_' WI I Sig re and itle of Person Sign� �a.�t. �ackar i err /' X395 C'o�GCf26/'� /eOG�cQ Business Address ,gas kx , City and State FORM OF GENERAL BID - 1 DEVAL L. PATRICK GOVERNOR TIMOTHY P. MURRAY LIEUTENANT GOVERNOR The Commonwealth of Massachusetts Executive Office foi-Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION i£ FINANCE CAROLE CORNELISON COMMISSIONER Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 1324 This Certificate Shall Be Used for Submittint=_ Prime/General Bids Only 1. CERTIFICATION PERIOD: This Certificate is valid from 8/21/2012 to 8/21/2013 2. CONTRACTOR'S NAME: Chapman Waterproofing Co. 3. CONTRACTOR'S ADDRESS: 395 Columbia Road Boston, MA 02125 4. WORK CATEGORIES: This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, -I Alarm Systems _;Asbestos Removal 1 Deleading _._� Demolition _-1 Doors & Windows -"'Electrical Electronic Security Systems 5. EVALUATIONS: 6. PROJECT LIMITS: 7. SUPP Chapter 149A and Chapter 25A in the following checked Categories of Work: Elevators Energy Management Systems Exterior Siding F-1 Fire Protection Sprinkler Systems r_ Floor Covering ,General Building Construction Historical Building Restoration L%o; Masonry Historical Painting !Historical Roofing j HVAC ,V; Masonry Mechanical Systems jModularConstruction/Prefab Number of Projects Evaluated: 27 Average Project Evaluation Rating: 90 Number of Projects Below Passing Score: 0 -!Painting I._. Plumbing Pumping Stations Roofing �. Sewage & Water Treatment Plants Telecommunication Systems Witerproorrng Single Project Limit (SPL): $9,869,000.00 Aggregate Work Limit (AWL): $45,000,000.00 General Building Construction Limit: N/A OFFICE CERTIFICATION: N/A TaranG\igsby, General Counsel, for CarolcAJ. Cornelison, Commissioner Approval Date NOTE TO CONTRACTORS: Comple"plications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timely may result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initials EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. 4B�t� Chapman Waterproofing Company Print Name of Prime/General Contractor 5�v"s &4,4c Akscnry Awr4 Project Number (or name if no number) 395 Columbia Road, Boston, MA 02125 Business Address �TWti #04 4evo _O ' 617-288-300, Awafding AuthoAty Telephone Nu SIGNATURE Division of Capital Asset Management Bidder's Authorized Representative Adam Packard, President Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your fine's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Protect Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 a. H W r CL LL O E- 0 WUZ QLL0 0LLI �0 rLLI LLJ U� O UUW Z Q � J WZ0 JW— Oat X00 QOZ AZO �_ W LL e Q W w H OLL zZ W°° 0 W V LLJJ Z Zz pu1J jwQ CC) Q0 0- LLI i 0� CL Z) of I ZO2Z Q 0 U00� fi LL Q �0 JQ JD- J 0 < CL :] U -iQWD 0 L— a) a) c 0 0')O N r00 0- E E o W� 0 0 O C:) LO o O (D LO O �U) C> ca N O 4, o M Co Q ch O •N ca d N O U O O M W 4- 0 C: a) 0 a) a� E� Q U > O O � N O 0 O co O co \ co U O 0 c O` Lo > r +-' ca U w �_ f W O O Q � <04 X E (D a) L-0 th c m E� t -- (6 m is co C Q �• — c6 co O G L U) W N o �m (A ( Q� C: "- -�U- o U W E m m m L O O a� V O N _U W "T M O O O o0 a N 00 O O (D CO O CO O 00 U o v o Ce) o r Q N O !— O N (q N (q r M ~ Z 619.ff? 61)-� 60-� O 06 06 �, U)06 06rn >- a)o a) c c c co 0 c U c � � U /Y/ O 0 0 c tl 0 O 0 O O _� O 0 w L CL L Q I— � O CL C7 c 0 G 0 Z c O E 0 0 I- a) m >+ O Y Q U c (D () U- �j O N i U U) 06 2 U W p a c �' U N N N U) O U W U U c 06 r W c0 O N W `— O O > N :20 U o > cu � Q L— a) a) c 0 N N 0- E E 0 0 O N � C (D O �U) C> ca N O 4, o Co Q ch O •N ca O O M 4- 0 C: a) 0 a) a� E� U > O Q N 0 O o co co U 0 E 0 c a) L 0 > +-' ca U w E m W O Q � X E a) co En � �-� c m E� N (6 m is co C Q �• — c6 co O G L a) W N o �m (A ( Q� C: "- -�U- o U O E m m m L O O a� V O N W Z W Lli U- W 01-1 Z_ O Ow LL 0 W Q a - U) 00 OW a- CL ac) o O O L U C O N uiU O0) a) C O cu L E a) O cn o O O N �O o0 E Z t Z cn �❑ (B11 O a) L co w > w U iF } O } cu cu ® >,V-\1 ® O Q ca U E O O C', >1 c U Q O O O Q O U >' O E a) CO :p O ,- U O OL a) a) = m O>N �+ 3 LEQ a) O � CO a O a) O c O N (6 c6 c O N q-_ (0 Q. E N a) N Z) a) >+ c >O O N .Q E yco O L (a - o a) O 3:° EN a� ca c c _ Z) L -� a) a7 w a) C :3 o ' o � � cn aa) w > O } O O U 0 _0 CU Q � o cm � m -O O `� N >+ a) U L CM: Ea) -C c 0- mE c () D a) L y.. U0 O ' N C M O i6 Q 0 Ac N E O L N O Q O — 0 N O ^as LL O M L L a () U W c a) ai _co a) (� E aD ., CU -0 c o.. c6 C L O cu Q c o =U Q _ a3 co U o c cU O— E Q O � 0 0 0 M 0 c+? 0 M 00 W 00 co N N , N 1 O T M T m 00 0 O M O O O O M p In O O M mO) �' OD 00 co O 19 SOF V1 r � 1 1 O 1 T 00 00 N M T T T W Z Vj ~ (0 OC) Cl) O Lr) 1 MO 0 (D�� ti � � LO 0To M m CO N T ti J Oo O O1 O M T m r--�U/ �— � � VJ � OD U VJ fA E L m p N (0 N m _ O N U r m O Z U i O O m a) M O E U- co Y M U U m ~ m W Ui c L w MCL L Q �U d. m E E E cA E E U a U a m m U a' Q m U -' c a L c N N a) �' c E c Z L N o o -C O O F— O I— O j U co Q a) Q O c @ U () c6 0)a) U_ ca C C C ,� > to > 1 O W O V OQ m _0 c m F) mU) m O = t0 pp O N v- c E y a) o a o E- E Q _� (6 c � E c6 Q c Mc m O mCU rn m _ Q U 0 W U H U U m V U m U Z �' R Z Z Z Z Z Of Z w (D w 0 w(D w 0 w(D w O� w U� w U'S w U� w U � w U� w CU UO 0 (90 o CDO 0 CDO 0 C9 O 0 (DO 0 0 ^Y^`` W__ J U) " 0 0 U ca E (D p — III .2 N U U) I- U) aa)i E E o N E w o CU U a) 06 0 U) G c c a) cn W LO LL ~ O L IQ C G '^ v T Q ac) o O O L U C O N uiU O0) a) C O cu L E a) O cn o O O N �O o0 E Z t Z cn �❑ (B11 O a) L co w > w U iF } O } cu cu ® >,V-\1 ® O Q ca U E O O C', >1 c U Q O O O Q O U >' O E a) CO :p O ,- U O OL a) a) = m O>N �+ 3 LEQ a) O � CO a O a) O c O N (6 c6 c O N q-_ (0 Q. E N a) N Z) a) >+ c >O O N .Q E yco O L (a - o a) O 3:° EN a� ca c c _ Z) L -� a) a7 w a) C :3 o ' o � � cn aa) w > O } O O U 0 _0 CU Q � o cm � m -O O `� N >+ a) U L CM: Ea) -C c 0- mE c () D a) L y.. U0 O ' N C M O i6 Q 0 Ac N E O L N O Q O — 0 N O ^as LL O M L L a () U W c a) ai _co a) (� E aD ., CU -0 c o.. c6 C L O cu Q c o =U Q _ a3 co U o c cU O— E Q 3S W 0 Z Z) Q LL D 0 >- o C/) W E- U W W 0� �O ZU 0 UO Zco� Z ~ O� UW (DH Z_W J m0 Z Z OW Z= () Z LL 1— Q 0 U Z W � � J mQ �- W W > w W 2 }d 0 JL rZ W m0 n- U N J Q I— Z Q wO C. -,:i U 0 0 LO a> m n. �f. c C: m E CD rnm C: a N U V Q = O U a- m - U o a) a) c: (D o oa W O Y- O 00 O It 00 O LO N O 00 M 0 Qwa0 +a), 00 00 M O o~ Z Q Z i U O a N ffi ti Ef? � Ef} (D EA Q Z U LLU)Z a) OirZ 3 00 W Q o o O z}W N� w LL w � W W Z U J O O O O coo LO M O fl- �Y 00 O o Ef3 Cf 60- 69- w O� o 0 0 0 Z fl LO o rn o Lo f� tD O M O o O U o 0 00 0 00 0 a Qw o LO v LO o cfl cm ' v Oa 00 ~ (Y) U � N � w J O Z) C: O W � } } } } } 2 N W v Z fn f- N I- N I- N 0 H N O ~ M Q W �_ r OM N N O N Q U) D 000 CSD NCN O Q CN 00 w _C,6 - "0 06 06 E C 06 Y mm m �, O O U C C N Qw o v o o CL M o ` o U) N Q 0 0 0 o cn o m 0 o N _ M m m � U ami U °� _n 2 ami U` °� U' °� C� T w =j, _ (6 O J Z E N N U) H U o rn U (D r Q rte+ m m i c O W U cn U o p _j aa) L i ) rn a 2 0 0 LO a> m n. �f. c C: m E CD rnm C: a N U V Q = O U a- m - U o a) a) c: (D o oa m N 0 M C 0 O 2- m a (Q 06 Y ry O U Q H Z O U W F— W J 5 O z JIJ U- 0 w J w J Q Z Z Q a� rn o LO C: 0 m a, E m 0- 0 0 Lm E 0 c a� a) (D � U (Q a) c0 L aS E =3 .0 O a) v N U a) c O L L U U cn O+� O m U Q a) m 0 0 Q +J U U c— o 4--U W C_ w N E a) EL a) N a) N ^, •N _ L E a) CO N O a) A E m U N C Q N r_ r C 0 j CU � r C M0 O 0 cn �+ N N ` Q C cn 0� Ea— �U c ca m c o Q) 00 c C7 0— .N a) E E o` O 0 m W 2 Z O 0 LLJJ U W w W F- W ^J LCL C 0 Z (n 0 O L> L O O O O O M O U O L Co N00 � C O pp aQ U) U OD O N CSB 3 E a) L N O N _ CO �' ti r O L ` 0 QO O t5z �z U) LO �❑ C O o O L ° W C O rn �> O ® C ++ C Nz 00 U m CL 0 E o O U (�• a) C rn O M _Q Q a) �.0 �, cn 0 M r 1 U � '- LO 00 °, 3 o o O E 04 tD > � U) � 00 O Cco O O CU) Ca W 22 0 to ao (9 .0 (na) N o 6 U C -Q M (Y) O f6 ca a) c L ° O) Z C) O O Lr)M Lr)M U) C ' N c� 70 t 6 c c6 y� O � Lo M E U) C CO co a) r_ O O � ~ O C a) a) r � /O� c J � � ~ U w } C 00 Mo C ( O c C m W O� rn a. mV �. a) U L a— d t rn m a) YCL r C- CL J o c L U U r a) c C7 N O M O co O cc E 0 0 Q. CL (D N a) W �— U) e O O , U) U U) C 0 a) F- Q) F- +' U) a) F- O F) J � C i O Z o U -' �' O a � m N rn 3 c 3 m C C (0 >+ � „p "O C N O M � c (a L C t0 a a) a) D E O E J E = E O ° O E O O O F- a) ° U F' C ° U N ° U L Q% L °` U^° L U Q o U 0 o _� O L O a Z o a LL a !^a) LL C C C jr-ir— U O U O C ++ U U O ++ U ca Z O= C O L O L O iCL Q C C O� L O C C O U N0 ) (D .O a) a) � �0 �/ /Q\ U U �O\ �/ U cn ° ca a) ° ?S W U X a) a C (6 >O ° U) C m� ) O N C= M O -a L m O U) N Q L a) C CO L a) U) Q E° > U) E° N E i C m C E L. C Q —°a c OL _ a) _ ° 0 °) �° _ rn a) rn Z °) s_ as_Co ca o a)_ a) c m U > U UU C� UU U UU JU Up CD Z af f1 W Z LL Z LL Z / LL /z {L /z LL 'Zn 2 Z n Zz rn Z Vw Z V V z — O � W U > Fn W U � 5 � LU >Z > w U � uw) U 00 0 CDO o CSO 0 /U� VO 0 /C�i C70 0 CDO 0 CD CD W = — ° ° = m O U E y ca F- U a) U Q (D W ° N C U � aXi ai U a) a) >O a) N d > N _ L O U L C O U) U O Q.L 3 E a) L O O a) o E ` 0 QO O t5z �z U) �® �❑ C O o L ° W > W U rn �> CO ® C ++ C Nz O U m CL E o U (�• a) C _Q Q a) �.0 �, cn 0 cn O U � '- ocu °, 3 o o O E Q > O U) 00 a) C O Cco v CU) Ca Q 22 E to a) > .0 (na) _� ° U C -Q O f6 ca a) c L ° O) L 7c O E O C (� U) CO a) a) c c6 y� C E CO co a) r_ O � Q a) a) N ca � /O� c J co c .� j a) Q. w } (D Co Mo Q 0 m O� Co () mV �. a) U L a— E ca U m a) C E Q. Cc += O m o c L U U 4 O. C a) c C7 N O M > E co O cc E 0 0 Q. C a) to U Q OU PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ for a public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of your projects? 11. Has any employee or other person suffered an injury in connection with any of your ❑ projects resulting in their inability to return to work for a period in excess of one year? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ® ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any public projects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 Inspection Detail Page 1 of 1 A to Z Index I En Espanol I Contact Us I FAQs I About OSHA OSHA [.-T-110.• • Newsletter RjRSS Feats o Print This Page ®® Text Sze Occupational Safety & Health Administration We Can Help What's New I offices Home Workers Regulations Enforoemwd Data & Statistics Training Publications Newsroom SmM9 os BUSIneSS . Inspection: 312108079 - Chapman Waterproofing Company Inspection Information - Office: South Boston Nr: 312108079 Report ID:0111400 Open Date: 08/28/2009 Chapman Waterproofing Company 2 Faneuil Hall 4200 4200 Boston, MA 02109 Union Status: Union SIC: 1741/Masonry, Stone Setting, and Other Stone Work NAICS: 238140/Masonry Contractors Mailing: 395 Columbia Road, Dorchester, MA 02125 Inspection Type: Planned Scope: Complete Advanced Notioe: N Ownership: Private Safety/Health: Safety Close Conference: 08/28/2009 Emphasis: I"Mast S:Commerdal Constr,S:Fall From Height Close Case: 10/28/2009 Optional Information: Type ID Value N 1 312108079 N 6 123456 Violation Summary I Serious Willful Re Other UnclasstTotall Initial Violations 2 21 Current Violations 2 Initial Penalty 4200 4200 Current Penalty 2100 2100 FfA Amour Violation Items # ID Type Standard Issuance Abate Cuff$ Intl$ Fta$ Contest LastEvent 1. 01001 Serious 19260405 G01 110115/2009 10/27/2009 $600 $1200 $0 I - Informal Settlement 2, 01002 Serious 19260451 G01 10/15/2009 10/20/2009 $1500 $3000 $0 I - Informal Settlement Freedom of Information Act I Privacy & Security Statement I Disclaimers I Customer Survey I Important Web Site Notices I International I Contact Us U.S. DepaTbmt of labor I Occupational Safety & Health AdminMMtion 1 200 Constiwtion Ave., NW, Washington, DC 20210 I Telephone: 800 -321 -OSHA (6742) 1 -M: 877-889-5627 www.OSKA.gov httD://www.osha.gov/pls/imis/establishment.inspection detail?id=312108079 6/1/2012 Inspection Detail Page 1 of 1 — ------ --- _ -- SEARCH A to Z Index I En Espanol I Contact Us I FAQs I About OSHA OSHA x 7 ' • Newsletter RSS Feeds Print This Page @ ® Text Size Occupational Safety & Health Administration We Can Help What's New I Offices Home Workers Regulations Enforcement Data & Statistics Trainin- g Publications Newsroom Small OSHA - — ... - Business Inspection: 313802746 - Chapman Waterproofing Company Inspection Information - Office: South Boston Nr. 313802746 ReportID:0111400 Open Date: 09/27/2010 Chapman Waterproofing Company 367 Main Street Hyannis, MA 02601 Union Status: Union SIC: 1799/Special Trade Contractors, Not Elsewhere Classified NAICS: 238190/ Other Foundation, Structure, and Building Exterior ContraC6ors Mailing: 295 Columbia Road, Boston, MA 02125 Inspection Type: Complaint Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 09/27/2010 L•Fall,S:Commercial Emphasis: Constr,STall From Close Case: 09/03/2011 Height S:Silica S:Struck By Optional Information: Type ID Value N 1 313802746 Related Activity: Type ID Safety Health Complaint 207959602 Yes Violation Summary Serious w1fifullRepeatlother undasstrotail Initial Vidations 2 1 1 1 2 Current Violations 2 Initial Penalty 3000 3000 Current Penalty 3000 3000 FFA Amour # ID Type Standard Issuance Abate Curr$ Init$ Fla$ Contest LastEvent 1. 01001 Serious 19260100 A 11/12/2010 11/18/2010 $1250 $1250 $0 - 2. 01002 Serious 19260451 H02111/12/201011/18/2010 $1750 $1750 $0 - Freedom of Information Act I Privacy & Security Statement I Disclaimers I Customer SuRtey I Important Web Ste Notices I Intemational I Contact Us US. Department of labor I D¢upaUMI Safety & Health Administration 1 200 Constitution Ave., NW, Washington, DC 20210 Telephone: 800321 -OSHA (6742) 1 ITY: 877-889-5627 www.OSHA.gov http://www.osha.gov/pls/imis/establishment.inspection detail?id-313802746 6/1/2012 Inspection Detail Page 1 of 1 --- - -- ---- - ---- ---- SEARCH A to Z Index I En Espanol I Contact Us I FAQs I About OSHA OSHA RK Newsletter j1 RSS Feeds B Print This Pane ®gjText Size Occupational Safety & Health Administration We Can Help What's New I Offices Home Workers Regulations Enforcement Data & Statistics Training Publications Newsroom Small CiSHt� - Business Inspection: 312100530 - Chapman waterproofing Company, Incorporated inspection Information - Office: South Boston Nr: 312100530 Report ID:0111400 Open Date: 08/07/2008 Chapman Waterproofing Company, Incorporated 100 Boylston Street Boston, MA 02116 Union Status: Union SIC: 1799/Special Trade Contractors, Not Elsewhere Classified NAICS: 561790/0ther Services to Buildings and Dwellings Mailing: 395 Columbia Road, Po Box255300, Boston, MA 02125 Inspection Type: Unprog Rel Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 08/07/2008 Emphasis: UFall,S:Commercial Gose Case: 04/29/2009 Constr,S:Fall From Height Optional Information: Type ID Value N 1 312100399 Related Activity: Type ID Safety Health Complaint 206903726 Yes Violation Summary Serious WillfullRepeaq0ther Undass rotall Initial Violations 1 1 Current Violations i 1 Initial Penalty 1000 1000 Arent Penalty 1000 1000 FTA Amount i Violation Items # ID Type Standard Issuance Abate Cur$ Inif$ Fia$ Contest LastEvent 1. 01001 Serious 19260503 AO2 02/05/2009 04/30/2009 $1000 $1000 $0 I - Informal Settlement Freedom of information Act I Privacy & Security Statement I Disclaimers I Customer Survey I Important Web Site Notices I international I Contact, Us uS. Department of labor I Occupational Safety & Health Administration 1 200 Constitution Ave, NW, Washington, DC 20210 Telephone: 80o -321 -OSHA (6742) 1 Try: 877.889-SU7 www.OSHA.gov hq://www.osha.gov/pls/imis/establisbment.inspection detail?id=312100530 6/1/2012 Inspection Detail Page 1 of 1 -------- - --- — SEARCH A to Z index I En Espanol I Contact Us I FAQs I About OSHA OSHA Newsletter RSS Feeds Q Print This Page ® ® Text Size Occupational Safety & Health Administration We Can Help WhaVs Neim I Offices Home Workers Regulations Enforcement Data & Statistics Training : ; Publications Newsroom Small s�cr r A _ .. Business 0M Inspection: 313795841- Chapman Waterproofing Company Inspection Information - Office: Soutar Boston Nr. 313795841 Report ID:0111400 Open Date: 11/12/2009 Chapman Waterproofing Company # ID Type Standard Faneuil Hall LastEvent Boston, MA 02109 Union Status: Union SIC: 1741/Masonry, Stone Setting, and Other Stone Work I - Informal Settlement NAICS: 738140/Masonry Contractors $0 Mailing: 395 Columbia Road, Dorchester, MA 02125 Deleted 3. 01003 Serious 19260451 F07 Inspection Type: Referral $0 Scope: Complete Advanced Notice: N Ownership: Private $0 Safety/Health: Safety Close Conference: 11/12/2009 L•Fall,L•Mast,S:Commei'dal $0 Emphasis: ConstrS:Fall From Close Case: 06/28/2010 Height,S:Struck-By $0 Optional Information: Type ID Value 7. 01007A Serious 19260451 A01 N 1 313795841 $0 Related Activity: Type ID Safety Health S. 010078 Serious 192604510011105/0412010 05/07/2010 $0 $0 Referral 202707014 Yes I - Informal Settlement Violation Summary Serious WillfullRepeat Other Unclass Total Initial Violations 8 8 Current Violations 4 4 Initial Penalty 44800 44800 Current Penalty 20160 20160 FTA Amour Freedom or information Act I Privacy & Security Statement I Disclaimers I Customer Survey I Important Web Site Notices I international I Contact Us U.S. Department of tabor I occupatiooai Safety & Hearth Administration 1 200 ConstiWtion Ave., NW, Washington, DC 20210 Telephone: 800 -321 -OSHA (6742) 1 TTY: 877-9893627 www.OSHA.gov h4://www.osha.gov/plsTimis/establishment.inspection detail?id=313795841 6/1/2012 Violation Items # ID Type Standard Issuance Abate Curr$ In" Fta$ Contest LastEvent Deleted 1. 01001 Serious 19260451 A01 05/04/2010 05/10/2010 $5600 $5600 $0 I - Informal Settlement Deleted 2. 01002 Serious 19260451 COS 1105/04/2010 05/07/2010 $5600 $5600 $0 I - Informal Settlement Deleted 3. 01003 Serious 19260451 F07 05/04/2010 05/28/2010 $5600 $5600 $0 I - Informal Settlement 4. 01004 Serious 19260451 G02 05/04/2010 05/07/2010 $4480 $5600 $0 I - Informal Settlement S. 01005 Serious 19260454 A 05/04/2010 06/08/2010 $4480 $%W $0 I - Informal Settlement Deleted 6. 01006 Serious 19260454 B 05/04/2010 05/28/2010 $5600 $5600 $0 I - Informal Settlement 7. 01007A Serious 19260451 A01 05/04/2010 06/08/2010 $5600 $5600 $0 I - Informal Settlement S. 010078 Serious 192604510011105/0412010 05/07/2010 $0 $0 $0 I - Informal Settlement 9. 01008A Serious 19260451 F07 05/04/2010 06/08/2010 $5600 $5600 $0 I - Informal Settlement 10.010088 Serious 19260454 B 05/04/2010 06/08/2010 $0 $0 $0 I - Informal Settlement Freedom or information Act I Privacy & Security Statement I Disclaimers I Customer Survey I Important Web Site Notices I international I Contact Us U.S. Department of tabor I occupatiooai Safety & Hearth Administration 1 200 ConstiWtion Ave., NW, Washington, DC 20210 Telephone: 800 -321 -OSHA (6742) 1 TTY: 877-9893627 www.OSHA.gov h4://www.osha.gov/plsTimis/establishment.inspection detail?id=313795841 6/1/2012 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Please See Attached PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ® Yes ❑ No If YES, attach a separate page providing complete details. PART 7 - LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 Incorporated Since 1925 anoomon Chapman Waterproofing Company * 395 Columbia Road * Boston, MA 02125-5300 Tel: (617) 288-3000 * Fax: (617) 288-3005 * www.chapmanwaterproofing.com June 4, 2012 To Whom It May Concern: There has been a change in our business organization this year. Ms. Jeanne Packard is now the Treasurer replacing the previous treasure, Walter H. Packard. Incorporated 1925 aha4)man CHAPMAN WATERPROOFING COMPANY TELEPHONE (617) 288-3000 • FAX (617) 288-3005 395 COLUMBIA ROAD • P.O. BOX 255300 BOSTON, MASSACHUSETTS 02125-5300 RESUMES for COMPANY OFFICERS- PRESIDENT/CLERK................................................................... Adam Packard • Chapman Waterproofing employee since 1988 • Graduate of Franklin and Marshall College • Chapman's historical restoration and preservation division o Fanueil Hall Envelope Repairs - Boston, MA o Crosstown Hotel - Boston, MA o Simmons College Smith Hall - Boston, MA o Whitman Hanson Regional H.S. - Whitman, MA o The Colonnade Hotel - Boston, MA o Silver Lake Regional High School - Kingston, MA o Ritz Carlton - Boston, MA VICE PRESIDENT.............................................................Scott H. Packard • Chapman Waterproofing employee since 1984 • 1984 Graduate of Tufts University • B.S. in Mechanical Engineering • Special projects including concrete fagade and garage restoration. o Madison/0'Bryant High School - Boston, MA o University Of Vermont: Morrill Hall - Burlington, VT o The Breakers: Fagade & Roof Restoration - Newport, RI o Tufts University - Somerville/Medford, MA o Boston Arts Academy - Boston, MA o Charter St. Apartments: Water Infiltration - Salem, MA o Federal Building Middlesex Community College - Lowell, MA o Cathedral Housing Authority - Boston, MA VICE PRESIDENT OF ESTIMATING ....................................Anthony C. Rosselli • Chapman Waterproofing Employee since 1972 • Graduate of Wentworth Institute of Technology • Over 30 years experience in construction Industry Incorporated 1925 (0j3o om on CHAPMAN WATERPROOFING COMPANY TELEPHONE (617) 288-3000 • FAX (617) 288-3005 395 COLUMBIA ROAD • P.O. BOX 255300 BOSTON, MASSACHUSETTS 02125-5300 RESUMES of COMPANY OFFICERS: TREASURER............................................................................. Jeanne Packard • Chapman Waterproofing Employee Since 2010 • Worked for Project Management Associates 1991-1997 • Worked for Turner Construction 1987-1991 • 1987 Graduate of Clarkson University • BS in Civil Engineering SECRETARY.CONTROLLER .................................................Paul Brideau • Chapman Waterproofing Employee since October 2006 • Certified Public Accountant Incorporated 1925 ano6mon CHAPMAN WATERPROOFING COMPANY TELEPHONE (617) 288-3000 • FAX (617) 288-3005 395 COLUMBIA ROAD • P.O. BOX 255300 BOSTON, MASSACHUSETTS 02125-5300 RESUMES for BUSINESS OWNERS: PRESIDENTJSECRETARY............................................................. Adam Packard • Chapman Waterproofing employee since 1988 • Graduate of Franklin and Marshall College • Chapman's historical restoration and preservation division o Fanueil Hall Envelope Repairs - Boston, MA o Crosstown Hotel - Boston, MA o Simmons College Smith Hall - Boston, MA o Whitman Hanson Regional H.S. - Whitman, MA o The Colonnade Hotel - Boston, MA o Silver Lake Regional High School - Kingston, MA o Ritz Carlton - Boston, MA VICE PRESIDENT f CEO..................................................................Scott H. Packard • Chapman Waterproofing employee since 1984 • 1984 Graduate of Tufts University • B.S. in Mechanical Engineering • Special projects including concrete facade and garage restoration. o Madison/0'Bryant High School - Boston, MA o University Of Vermont: Morrill Hall - Burlington, VT o The Breakers: Facade & Roof Restoration - Newport, RI o Tufts University - Somerville/Medford, MA o Boston Arts Academy - Boston, MA o Charter St. Apartments: Water Infiltration - Salem, MA o Federal Building Middlesex Community College - Lowell, MA o Cathedral Housing Authority - Boston, MA Incorporated 1925 aha =." mon CHAPMAN WATERPROOFING COMPANY TELEPHONE (617) 288-3000 • FAX (617) 288-3005 395 COLUMBIA ROAD • P.O. BOX 255300 • BOSTON, MASSACHUSETTS 02125-5300 RESUMES for PROTECT MANAGERS: FRANK CALOIERO: Chapman Waterproofing Employee since 1996 New Construction Division of Chapman Waterproofing Co. Graduate of Wentworth Institute of Technology - Boston, Massachusetts MA State Superintendents License Recent Projects: Northeastern University, Parcel 18 under Walsh Brothers, Inc.; Fruit & Parkman Street Garage Phase Two under MA General Hospital; MountAuburn Hospital under Walsh Brothers, Inc.; 3920 Mystic Valley Parkway Garages under 3920 Board of Trustees; Skyline Condominiums at Station Landing under Cranshaw Construction, MIT Sloan School -Cambridge, MA, Museum of Fine Arts Expansion Project, Boston, MA, Boston University NEIDL Project, Boston, MA. EDWARD C. CARTER: Chapman Waterproofing Employee for twenty two years New Construction / Heavy Highway and Bridge Construction/Historical Preservation Division of Chapman Waterproofing Company Graduate of The Citadel Military College - Charleston, South Carolina RecentProjects: Emmanuel College Administration Building under Walsh Brothers, Loading Dock at Prudential Center Garage under Boston Properties; Bristol -Meyers Squibb Phase One under J.L. Marshall & Sons; Natick Mall Expansion under Dimeo Construction. Fast 14,1-93 North Bound and Southbound Bridge Replacement, Medford/Somerville, MBTA Platform Repairs North Quincy, St. Luke's Hospital Garage Rehabilitation, New Bedford STEPHEN KEARNS: Chapman Waterproofing Employee since 2007 New Construction Division/ Historical Preservation Division of Chapman Waterproofing Co. Graduate of Springfield College - Springfield, Massachusetts Completed ABBA training July, 2009. Passed Sika School training course March 2009. Recent Projects: 45 Milk Street under Cushman & Wakefield, Wentworth Building under Elderhostel; Citibank at 31 Waltham Street under Alexandra Construction; Center Elementary School under City of Peabody, Public Schools; 10 West Street under Suffolk University, Worcester City Hall Plaza, Worcester Lakeside Federalization, Emerson Little Building Facade Inspection, Caritas Christi Health Care 5 Site Initiative, Cambridge Rindge & Latin High School, John Shelburne Community Center, Andre McCoy Field House, Ezra Baker Elementary School, George H Conley Elementary School r" on RESUMES for PROJECT MANAGERS fcont.l: JOHN PAGNOTTA: Chapman Waterproofing Employee since 2004 New Construction Division/Historical Preservation Division of Chapman Waterproofing Co. Graduate of James Madison University - Harrisonburg, Virginia Completed ABBA training July, 2009. Recent Projects: Harvard University Quincy House Shawmut Design & Construction; Lampoon Building of 44 Bow Street Marc Truant & Associates; Berkeley College of Music Library & Media Center Columbia Construction SPD; Children's Hospital Boston at Waltham, Infusion/Inpatient Department G. Greene Construction; Bayer Healthcare Expansion Columbia Construction SPD; 175 Wyman Street Hobbs Brook Management Columbia Construction; Tufts Dana & Barnum Hall Restoration Columbia Construction; Presentation School Foundation Elaine Construction; First Church of Christian Scientists Turner Construction; Tewksbury High School CTA Construction; St. Mary's School of Brookline Middlesex County Community College Federal Building; Jackson Gardens Housing Dimeo Construction; Kipp Academy Lynn Charter School Consigli Construction. DANIEL T. GREENE: Chapman Waterproofing Employee since 1997 Mass Supervisors License New Construction Division of Chapman Waterproofing Co. (parent) Historical Preservation Division of Calhess Weatherproofing Corp. (subsidiary) Graduate of Bryant University - Smithfield, Rhode Island Graduate of Wentworth Institute of Technology - Boston, Massachusetts Recent Projects: Ten Elderly & Disabled Development, BHA 05-039C under Boston Housing Authority; Plymouth Rock Portico Rehabilitation of Pilgrim Memorial Park under Dept. of Conservation & Recreation; Lemuel Shattuck Hospital under Comm. Of MA Dept of Health; New Bedford Hotel Apartments under New Bedford Housing Authority, Harvard University, Peabody Terrace. JOHN THOMPSON: Chapman Waterproofing Employee since 1981 New Construction Division of Chapman Waterproofing Co. Graduate of Wentworth Institute of Technology - Boston, Massachusetts Recent Projects: Harvard Law School Skanska USA, Clark Museum Turner Construction; Whittier Place Condos Barkan Management; Liberty Mutual Headquarters Turner Construction; 610 Main Street Cambridge John Moriarty & Assoc; Salem State Library Lee Kennedy Company, Worcester Recovery Center and Hospital Gilbane Building Company, UMass Integrated Science Complex Walsh Brothers, Dana Farber Cancer Institute, Center for Cancer Care Walsh Brothers; U Mass Lowell Emerging Technologies Innovation Center Turner Construction; John D Runkle School, Brookline, MA G&R Construction; North Parcel T Cheviot Corporation; Boston Exhibition & Convention Center MA Convention CenterAuthority, Waterplace Parcel 2 Yard Works;110 Westminster Street Blue Chip Properties, Harvard University Oxford Parking Facility J.F. White Contracting, MBTAA12CN03 Arlington & Copley StationsJY White Contracting; PETER ARSENAULT: Chapman Waterproofing Employee since 2009 New Construction Division/ Historical Preservation Division of Chapman Waterproofing Co. Graduate of UMASS Lowell- Majored in Civil and Environmental Engineering Recent Projects: UMassAmherstLab Science Center, Marshall ConantScience Building at Bridgewater State University, Fitchburg State University Renovation, Needham Town Hall, Boston Convention Center, MBTA Redline Platform Repairs (Braintree -North Quincy), MBTA Green Line Science Park Station, Fast 14 -1-93, MBTA Fairmount Corridor Lines over Neponset River, Talbot/Woodrow Ave Bridges, Braga Bridge, University Ave. Bridge Lowell, MA, 6 Bridges Pawtucket RI, Worcester Psychiatric Hospital, Monument Street bridge over Concord River, Westford town Hall Addition and Renovation, Mount Vernon Street- Patton Cove Bridge, Granby Public Safety Facility JUSTINE ORLANDO: Chapman Waterproofing Employee since 2010 New Construction Division/ Historical Preservation Division of Chapman Waterproofing Co. Graduating Wentworth Institute of Technology - Boston, Massachusetts 2011 Certified OSHA 30 Hour Training Course. Recent Projects: Arlington Community Safety Building, Astra Zeneca, Barnstable High School, John Hancock Building, Robbins Rd., Crossroads on the Charles Condominiums I W Incorporated 1925 aho,Omon CHAPMAN WATERPROOFING COMPANY • TELEPHONE (617) 288-3000 • FAX (617) 288-3005 395 COLUMBIA ROAD • P.O. BOX 255300 • BOSTON, MASSACHUSETTS 02125-5300 RESUME FOR SAFETY OFFICER JOHN BALBONI- CORPORATE SAFETY DIRECTOR: Chapman Waterproofing Employee since 2010 Graduate of Massachusetts Maritime Academy - B.S Marine Safety and Environmental Protection Responsible for: • Training all field personnel in accordance with local, state and federal regulations • Scheduled/unscheduled jobsite visits to ensure daily policy compliance • Insurance claim management - general liability, worker's compensation & automotive • Investigating incidents to mitigate future risk • Communicating with owners and government agencies to ensure compliance with owner policies • Developing past performance measures to track trends and identify focus areas Professional Member of American Society of Safety Engineers (A.S.S.E.) District Leadership Development Program training Authorized OSHA Construction Safety / Health Training Authorized OSHA Construction Industry Standards MBTA "Right of Way" Trained NFPA 70E Train the Trainer NFPA 70E Arc Flash Seminar at KEMA 40 Hour HAZWOPER Coyne First Aid/CPR train the trainer NFPA 70E Electrical Safety Awareness Seminar MBTA Right of Way Training Authorized Instructor HILTI Fastening Systems Authorized Instructor Scissor/Boom Supported Elevating Work Platforms ATSSA Traffic Control Technician OSHA 510 Occupational Safety & Health Standard for the Construction Industry 10 Hour Construction Safety Training Asbestos Awareness Training Lead Awareness Training "Reasonable Suspicion" Training Crosby Rigging, Material Handling, Safety Awareness Training UCANE Competent Person Excavation Training UCANE Competent Person Confined Space Training Miller Fall Protection Training Silica Awareness Training 51 Hour Basic/Advanced Fire Fighting Training Occupational Safety and Health Administration (OSHA) Issue Instructor Comprehensive Marine Sea Survival Incorporated 1925 aho6mon CHAPMAN WATERPROOFING COMPANY • TELEPHONE (617) 288-3000 • FAX (617) 288-3005 395 COLUMBIA ROAD • P.O. BOX 255300 • BOSTON, MASSACHUSETTS 02125-5300 RESUMES OF FIELD MANAGERS THOMAS L. MURPHY. JR. - FIELD FORCE MANAGER: Chapman Waterproofing Employee since 1978 Member of Local Union No. 3, Allied Bricklayers & Craftsmen since 1972 Licenses & Certifications: License/ Certificate No.: Boston Builders License B18154 - Expires 5/2/13 Construction Supervisors License GS019798 - Expires 2/12/14 Plumbers Gas Fitter License GF294R - Expires 5/1/14 Air Barrier System Instructor Certified Grace Roofing Installer IMI Certified Instructor OSHA 500, 501 & 502 Instructor Attended Manufacturer Seminars for: Sika, Tremco, ITW, Dow, W.R. Grace, Carlisle, Fos Roc, DeNeef, BBZ and Watson Bowman DANIEL CAMPBELL - FIELD SUPERINTENDENT: Chapman Waterproofing Employee since 1983 Member of Local Union No. 3 of Eastern, Mass. Licenses & Certifications: MA State Superintendents License License i Certificate No.: CS076495 - Expires 2/11/14 • ABAA Certified Installer • Attended Manufacturer Seminars for: Sika, Thoro, Tremco, DeNeef, 3M and Watson Bowman BRIAN T. FOLEY - FIELD SUPERINTENDENT: Chapman Waterproofing Employee since 1978 Member of Local Union No. 3, Allied Bricklayers & Craftsmen Licenses & Certifications: MA State Superintendents License License Certificate No.: CS104208 - Expires 6/29/13 • Attended Manufacturer Seminars for: Sika, Tremco, ITW, Dow, W.R. Grace, Carlisle, Fos Roc, DeNeef, BBZ and Watson Bowman • Boston Building License • Suspended Access - Competent Person /a \ 't'uf/J� aG 4 P a a a a a a a ¢ a ¢ a ¢ a a a a a a a a a a ca o o ° g o 0 o E u y w z U Uo 0 m° m m° m m m 3 m° m m° a m z 0 � o N O S mvc rm m MM¢ c c tt U) NMm N m m w o •cA y u E o ° ` r o o m o 0m cc L L §a N N 3 ._ Ux LL a 3 za ,Foto 0 0 m NN O v o o v o 0 ma w m C n N O U O N N N n O N o r m o N O O N O O m N o O o RO v M M n O O O w N r n �o O V O d' m n <o N tD m r�- m M m N nm m O V N 0 M O m n N V (6 O r V M m O O 0 r is O M M .- M M n N M ! N N n i yr ^a1/00) Oss�oar^a�9s^ O m N O W tD O m W O 0 W O N 0 O OO W O W O W O N 01 O W O J A O A O 0 O -� O O W W O N O O W O W 0 O O O I D W L A •O I m oT m '0 0 W m No �'o z 'm^ o �_ � 2 v Q 0 ° 0 — 3 o 3 N m a a a x 0 ° m m w 0 D E a m 0 3 m m u, m N 3 m m 0 o D A T (il = o O m m 2 m ON 00 Ow u Ow O� 0w > O�: u m m (�� O� m O to i o 3 3 3 `G O 3 '2 3 3 m 3 o O O a m 3 d 3 a w 0 a o m m 0 m a m o m m a m m w o 0 a '^ m »2 '' N � 0 2 z3 v v = m S m '� v 2 0 O •a i3 - n m 0 0 0 °0 0 0 0 °o ° 3 a °o o e o o Ao o Om OM O� O� O� O� o o O� !2 Om Om !OM o m O m 'mm O m mm w O m 'am O m 0 m m m o m 'mm m m m m o m o m C� ° .'nm 2 2 m 2 �'nm 2 m m m m a ° 'c 3 ^w a 3 mm 3 3 m m m o o. m a a m a 0 2 w m C 4/ (n 0; O O ^� 0 ^� °m m D =� 2 �n 3 m > w oa > oa > o °m m o o° a n o 3 w a wn a m° C 0m i J W J W A W O O J W W Qo W W W O V W Ut O O A N O J W O 9 O A N O V W N W A O O J N w W O O O J N W O O O J N Ql co O O O Oo t 0 0 N O O J N W W O O O J N W W O O O J N aD W O O O J W V W A O O J N V O O J N do W t0 J J 91J W A (0 N O O W W W O O J W �1 A W O O W iW tD A J O O J W w W O O O J W W W O D O C O •� 'O O O O 0 3 N O O O O 0 o W O N O o N N O O A N O N O N O A N n O 0A p N ( 'n mmO to A 0 0 w N o 0�0i o N 3 m q m a a m c 3 c 3 c 3 a m c 3 c 3 c 3 �, m o N m m m 3 m c c m ` cj 3N.. ;I m 51, °m v v mA a mA 0 NO 'a D 0 m Om , m m o o m (J m Q m a m 0 z m m m m z O m 0 m m m w w 0 z O w 0 m 00 T " m w 0 0 0 0 0 > u0i 0 u0i 0 u0i 0 A m o u0i 0 u0i o N m v0i 0 0 .Z7 m 0 00 j' m u0i x C� 3 > > D > > > > > > > > 3 3 > > D > > D > D > D 3 D D D D D D D D D D D D D D D i Cy � oy yr ^a1/00) Oss�oar^a�9s^ z D m m o m oT '0 3 W m No �'o z 'm^ o �_ � 2 v Q 0 ° m m — 3 o 3 N m O 0 -i 'm - x 0 ° m m w 0 D E a m 0 3 m m u, m N 3 m m 0 o D A T (il = o O m m RL m m 0 > > o m m a c m° (n m 0 a o n fn N 3 O 3 » 2 '" m n (» = a '^ m o tAo _ � 0 0 ° 0 s °o = m S m '� 0 m ° .mm. m °o Q a x o Ao o Om OM O� O� O� O� o o O� !2 Om Om !OM o m O m 'mm O m mm w O m 'am O m 0 m m m o m 'mm m m m m o m o m 0 m ° .'nm 2 2 oo 2 �'nm 2 u°im 2 m a 'c a ^w a 2 m w ° w m m m 3 a 2 m a a a a 2 w o 2 w m ^� 0 ^� =� o �n 0 > 0a > oa > oa > oa > oa > o > oa > > > > > > > o a t0 V W A O 0 J A N N O 0 O O O O 0 O O O O O 0 O O O O A J W N O a t0 Ut O O o O 0 A O O O O 0 N N O 0 A Ol W 0 o (0 O f0 0 o O O O 0 0 O O O 0 0 W °> O 0 0 V 00 Oo 0 0 O O O 0 0 to A 0 0 A W A O J 0 0 O O) O N N 0 o O O O O 0 0 O O O O 0 0 0 NO 'a D 0 » m yr ^a1/00) Oss�oar^a�9s^ Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 CERTIFICATE OF CORPORATE BIDDER I, J:u `t n,e Ph,ckk certify that I am the Clerk of the corporation named as Bidder in the Bid Form, and that N tnt Ae kara who signed the Bid Form on behalf of the Bidder was then the Aesi dwe of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Si uh1- i�CtCkQt- 41LS I h� Print Name & Title Date /° , Z aFM/, LN• n74 P. CERTIFICATE OF TAX COMPLIANCE Pursuant nto Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Adam I' a C kQ t'd, lore S I-ib&�authorized signatory for C4 Gyd Name of individual Name of contractor J do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. A2ckaa, Avs idak-�- Da CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safgfy and health course lasting at least ten (10) hours. Date `C) Z Qdam �ac �rPsra� rou Print Name & Title Company Name TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 (`01-(�V* Raymond T Santilli TEL (978) 688-9516 Assistant Town Manager FAX (978) 688-9556 November 2, 2012 Ms. Patricia Chiaramonte, President L.A.L. Masonry, Inc 27 Ferncliff Avenue Saugus, MA 01906 Dear Ms. Chiaramonte: Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Stevens Estate Masonry Repairs" issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, 1� `j 7�S-4 Raymond T. Santilli Assistant Town Manager Enclosure a Aff Bid Bond (Public Work) INSURANCE Premium: N/A Know all by these presents, That we, LAL Mason, Inc.- Contractors Bonding and Insurance Company 1213 Valley Street P.O. Box 9271 Seattle, WA 98109-0271 For the CBIC branch nearest you, call Toll Free " (888)283-2242 (888) 293-2242 FAX , as Principal, and Contractors Bonding and Insurance Company,as Surety, are held and firmly bound unto Town of North Andover, 120 Main Street, North Andover, MA 01845 , Obligee, in the sum of -------------------------------- ------------- Five percent of amount bid Dollars, ($ 5016 of amount bid ) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, firmly by these presents. Whereas, Principal has submitted or is about to submit a bid to the Obligee on a contract for Masonry repairs for the Stevens Estate in North Andover, MA ("Project"). Now, Therefore, the condition of this bond is that if obligee accepts Principal's bid, and Principal enters into a contract with the Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise the Principal and Surety will pay to the Obligee the difference between the amour of the Principal's bid and the amount for which the Obligee shall in good faith contract with another person or entity to perform the work covered by the Principal's bid, but in no event shall the Surety's and Principal's liability exceed the penal sum of this bond. Signed and sealed this 27th_ _ day of September _ _ 2012 LAL Masonry, Inc. ---(Seal) Principal /R i By: _CS*1 L Contractors Bonding and Insurance Company By:--- t irCin%. Lyons Attorney-inFact t S Cs'; 6- d VA°pb583 n�0Nl AND `S�iBO�s �o� CC- LG 0I 1 Tytin �fa�ae�aru:oY':'y BndBID.01-US032905 Contractors Bonding and Insurance Company c �c 1213 Valley Street P.O. Box 9271 an RLI Company Seattle, WA 98109-0271 Know All Men by These Presents: POWER OF ATTORNEY Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint: John E. McLaughlin, Jr.. William B. Markhard. Erin M. Lyons, jointly or severally. in the City of Melrose , State of Massachusetts its true and lawful Agent and Attorney in Fact, with full .power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100 Dollars ( $10,000,000.00 1 for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 15th day of May , 2012 oG AND INSL ' e. /. G01 F SEAL State of Washington ;Zoe•, • 1979 SS S 1;G10 County of King On this 15th day of May 1 2012 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. LW,1 V" - Joseph B. uller Notary Public Notary Public State of Washington JOSEPH B. MULLER MY COMMISSION EXPIRES March 29, 2016 Contractors Bonding and Insurance Company Roy C. Die x Vice President CERTIFICATE I, the undersigned officer of Contractors Bonding and Insurance Company, a stock corporation of the State of Washington, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the Contractors Bonding and Insurance Company this 2 7 t h day ofSeptembe os r 2012 8�a1a6a�3E� Doose ;V\Ca "L) i41. Fsaoo Contractors Bonding and Insurance Com Z co mom-: •;� aL) .y. C) Roy C. Die Vice President 2080503032912 ,rsm'®®�����A �'j; iA0059S 1 L Stevens Estate Masonry Repairs North Andover, MA FORM OF GENERAL BID To the Awarding Authority: Kang Associates, Inc. September 19, 2012 A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered C. The proposed contract price is: (� dollars ($ 61 600.00 E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. r0_ 4,4. L. Chas011V�,Ing. Date (Name of General Bidder) By Signature and Title of Person Signing Bid a 7 Fico to Business Address S uN Mei City and tate FORM OF GENERAL BID - 1 Stevens Estate Masonry Repairs North Andover, MA GENERAL BIDDER'S CHECKLIST: �Addenda Recognized Kang Associates, Inc. September 19, 2012 Bid Deposit Certificate of Corporate Bidder J DCAM Eligibility C___UpdateStatement 4/ Certificate of Non -Collusion and Certificate of Tax Compliance —Certification of Labor Harmony and OSHA Training Requirements w FORM OF GENERAL BID - 2 Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 CERTIFICATE OF CORPORATE BIDDER QM dy-6 - (" dk l rcq certify that I am the f- _& of the corporation named as Bidder in the o , Bid Form, and that �i dkMaya MA_ who signed the Bid Form on behalf of the Bidder was then the F ry i 8 ba of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal -Clerk I LVV Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. _� J Nri'RAL MaX�IL Cc& Ilie Print Name & Title I Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C Iof the Massachusetts General Laws, Section 49A (b), I Wrt'K* & WWOAftYQ , authorized signatory for L -A L. MallA Name of individual Name of contra or do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. '10��C � Signature Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature IAL. i'YI o Print Name & Title f Company Name CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the �• �. IMQJ��1V �n�' held on g h it -N— it was VOTED, THAT CaAr['U'L ffikra m Frei I � 4 (Name) (Officer) of 1'1'1aJOA6k be and hereby is authorized to execute contracts and bonds in the name and on behalf of said �• . taiOn i , and affix its corporate seal hereto; and such execution of any contractor obligation in the name of_�.� on its behalf by such officer under seal of L AL • M f j Un cru , shall be valid and binding upon L.A.L. MUO 1nL I hereby certify that I am the clerk of the above named and that tULok ATAis the duly elected officer as above of said �1A [ • MUCA y�. , and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. a6 ja— (Date) Certification of the Corporate Clerk (Clerk) Stevens Estate Masonry Repairs North Andover, MA Kang Associates, Inc. September 19, 2012 FOREIGN CORPORATIONS CERTIFICATION AFFIDAVIT OF COMPLIANCE Form AF -4A 1/78 EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE The Commonwealth of Massachusetts Massachusetts Business Corporation Non-profit Corporation Foreign (non -Massachusetts) Corporation President 4' Clerk of 4 A L • M aso (Name of Corporation) whose principal office is located a uta 111/ (11700 do hereby certify that the above named Corporation has filed with the State ecretary all certificates and annual reports required by Chapter 156B, Section 109 (Business Corporation), by Chapter 181, Section 4 (Foreign Corporation), or by Chapter 180, Section 26A (non-profit Corporation) of the Massachusetts General Laws. SIGNED UNDER THE PENALTIES OF PERJURY this day of 20 a Signature of responsible Corporate Officer FOREIGN CORP - 1 OPERATIONAL SERVICES DIVISION SUPPLIER DIVERSITY OFFICE Reginald Nunnally Executive Director April 25, 2012 Ms. Patricia Chiaramonte L A L Masonry Co., Inc. 27 Ferncliff Avenue Saugus, MA 01906 Dear Ms. Chiaramonte: THE COMMONWEALTH OF MASSACHUSETTS Executive Office for Administration and Finance OPERATIONAL SERVICES DIVISION One Ashburton Place, Suite 1017 Boston, MA 02108-1552 Deval L. Patrick Governor Timothy P. Murray Lieutenant Governor Jay Gonzalez Secretary Gary J. Lambert Assistant Secretary for Operational Services The Supplier Diversity Office (SDO) is in receipt of your certification renewal information (application). This consists of your request to renew the certification of L A L Masonry Co., Inc. and the required certification renewal information and documentation. Accordingly, SDO has updated your file with this information and documentation. No substantive review of your company was done at this time. This letter serves as sole and exclusive proof of your firm's SDO certification. Based on your certification renewal information (application), the certification of L A L Masonry Co., Inc. as a woman -owned business enterprise (WBE) with the'business description of MASON CONTRACTORS has been renewed effective the date of this letter. The company will remain listed. in the. SDO Directory of certified businesses and The Massachusetts Central Register which is published by the.Office of the'Secretary.of State unless its certification is revoked. Unless revoked, this certification will last for a period of two years and will automatically expire as of May 20, 2014, unless by that date, the certification of the company is renewed again or the company is recertified. To renew the company's certification at that time, you will need to submit the following information to SDO no later than 30 business days. prior to May 20, 2014. 1) All company financial statements since the date of the company's then most recent SDO certification; 2) A signed copy of all .U.S. Tax Returns and Schedules since the date of the company's then most recent SDO renewal; 3) Corporations must submit all Annual Reports/Letters of Good Standing filed with the Secretary of (YOUR) State since the date of the company's then most recent renewal; and PLEASE NOTE THAT THE FOLLOWING ITEMS 4-6 CAN BE COMBINED ON ONE NOTARIZED STATEMENT 4) A notarized statement that indicates: "I certify under the pains and penalties of perjury that no, significant: changes affecting eligibility as a certified Minority/Minority-Women/Woman business enterprise have occurred since he date of the.. company's then most recent date of SDO certification as defined in State regulations 425 CMR 2.00 The Massachusetts Supplier Diversity Office:" Tel: (617) 720-3300 TDD: (617) 727-2716 1 Fax: (617) 727-4527 www.mass.gov/osd Follow us on Twitter: @ Mass _OSD .� A Page 2 5) A notarized statement that indicates either "A or B" as referenced below. A. "I certify under the pains and penalties of perjury that (Insert your Company Name) has not received any contract(s) as a result of having been SDO certified." B. "I certify under the pains and penalties of perjury that: (Insert your Company Name) has received a contract(s) as a result of having been SDO certified." List all contract names, contract amounts and the names of the agencies with which you have contracted from the date of your last SDO renewal." 6) A notarized statement that indicates: "I certify under the pains and penalties of perjury that (Insert your Company Name) has (number) of employees for each year end given; include owner(s)." Furthermore, you have a continuing duty to notify SDO of a change in any information that is relevant to the firm's certification eligibility and to ensure that the information and documentation relied upon by SDO to certify or to maintain the certification of the business enterprise is accurate, complete and not misleading. You are required to notify SDO in writing of any change of such information or documentation within thirty calendar days. By way of example and not limitation, any change in ownership, control, investment, ongoing or independence may be considered material. Failure to abide by the continuing duty requirements shall constitute grounds for the business entity's decertification. Additionally, every six years, certified companies that wish to remain certified must undergo a substantive review of their certification status with a SDO certification specialist who will re-evaluate the company to determine whether it continues to meet the applicable certification criteria. If you wish to recertify your company when it becomes due for substantive review, you will need to submit the applicable recertification application and all required information and documentation to SDO no later than forty-five (45) business days prior to the date of certification expiration (i.e., the recertification date). At that time, a certification specialist will be assigned to evaluate your company and will make a report and recommendation to the Certification Committee (CC) on whether or not the company continues to meet the applicable certification criteria. As provided above in 425 CMR 2.00, if your company has a change of address or telephone number, please send_a signed letter within thirty days of the change on company letterhead to notify SDO of the new address or telephone number. During the period of your certification, if you have any further questions regarding your certification renewal, please direct them to Ms. Nedra D. White, Certification Specialist, at (617) 502-8852. Very truly ours, Reginald A. Nunnally Executive Director '11111,4f11��,���►r1�r����ll;�hi`{i�����ri , i 'lll MASSACHUSETTS DEPT. OF REVENUE PO BOX 7010 BOSTON, MA 02204 AMY A. PITTER, COMMISSIONER MICHAEL J. LIVIDOTI, DEPUTY COMMISSIONER LAL MASONRY INC 27 FERNCLIFF AVE m SAUGUS MA 01906-2755 401C Notice 80619 T/P ID 043 091 868 Date 02/16/12 Bureau -CERTIFICATE CERTIFICATE OF GOOD STANDING AND/OR TAX COMPLIANCE M The Commissioner of Revenue certifies as of the above date, that the above named individual or entity is in compliance with its tax obligations payable under M.G.L. c. 62C, including corporation excise, sales and use taxes, sales tax on meals, sales and use tax on Boats/RV, withholding taxes, room occupancy excise and personal income taxes, with the following exceptions. This Certificate certifies that individual taxpayers are in compliance with income tax obligations and any sales and use taxes, sales tax on meals, withholding taxes, and/or room occupancy taxes related to a sole proprietorship. Persons deemed responsible for the payment of these taxes on behalf of a corporation, partnership or other business entity may not use our automated process to obtain a Certificate. This Certificate does not certify that the entity's standing as to taxes such as unemployment insurance administered by agencies other than the Department of Revenue, or taxes under any other provisions of law. Taxpayers required to collect or remit the following taxes must submit a separate request to certify compliance: Alcoholic Beverage Excise, Cigarette Excise, International Fuels Tax Agreement, Smokeless Tobacco or Ferry Embarkation. THIS IS NOT A WAIVER OF LIEN ISSUED UNDER GENERAL LAWS, CHAPTER 62C, SECTION 52. Very truly yours, Robert O'Neill, Bureau Chief i' , WCRIBMA :: Products - Experience Ratings Page 1 ofl Applications and Forms Combo ID: 000388178 Coverage ID: 0388178 Assigned FEIN ID: 043091868 Risk Application Calculator L A L Masonry Inc 27 Fetncliff Ave Saugus, MA o1906 Back to Ratings Search Results Circulars Letters The WCRIBMA's Experience Rating System Rating Status is now defined with both Rating Status and Rating Result providing more detailed information. Class Code Lookup Fxperience Rating History Records Last Updated: 12/14/2021 Depopulation Rating Result Key: DNQ = Did not Qualify Rating Type N = Normal Reports MER = Merit Rating Key: C = Contingent (missing USR data) ENT = A mod value entered P = Preliminary (pending rate Experience not system calculated revision) Rating, (normally an interstate rating) B = Both Preliminary and Contingent ARAP and CAL = Experience rating mod Merit Rating or ARAP was calculated by Calculator the WCRIBMA Experience Rating Rating Status Key: ISS =Issued History (Blank) = Interstate rating not issued by WCRIBMA Manuals ENT = Entered Manually NCC = No Current Coverage Members Effective Date Expiration Date Factor ARAP Rating Result Rating Status Status Date Rating Type 04/20/2012 04/20/2013 1.09 1.25 CAL ISS 11/18/2oll N M%YCARP Application 04/20/2011 04/20/2012 1.16 1.25 CAL ISS 09/15/2011 N Status Search 04/20/2010 04/20/2011 o.87 1.00 CAL ISS to/o8/2oo9 N Pension Calculator As of Tuesday. Mav 31. Zoll Interstate Ratings are no longer available from this site. ' Rates and Interstate Ratings and Massachusetts ARAP factors associated with Interstate Ratings are available from: NCCI Rating Values For frequently asked questions, please click here. Back to Ratings Search Results Residual Market Premium Calculator Special Bulletins Voluntary Market Premium Calculator Classification Request Form https://www.wcribma.org/mass/Products/ExpRatingSrch/search_detaii.asp?cmb_id=0003... 12/14/2011 LALMA-1 OP ID: DD CERTIFICATE OF LIABILITY INSURANCE DATE(M/YYYI� 105/0044D!12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights -to the certificate holder In lieu of such endorsement(s). PRODUCER 781-665-2775 McLaughlin Insurance Agency 828 Lynn Fells Parkway 781-665-0295 Melrose, MA 02176 John E. McLaughlin Jr. CONTACT NAME: AH/C. No Ext): FAX No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC / INSURERA:Acadia Insurance Company INSURED LAL Masonry, Inc Joe Chiaramonte 27 Ferncliff Avenue Saugus, MA 01906 INSURERB:Torus Specialty Insurance Comp INSURER C : INSURER D: INSURER E . INSURER F: COVERAGES CFRTIFICA TF IJI IMRFR• TJCVICIAN WIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LTSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IL.TR TYPE OF INSURANCE L SUBR POLICY NUMBER MMM POLICY EFF YYYI MMUCY EXP LIMITS A GENERAL LIABILITY X . COMMERCIAL GENERAL LIABILITY CLAIMS -MADE D OCCUR CPA 5042117-10 04/20112 04/20/13 EACH OCCURRENCE f 1,000,0 PREMISES Ea occurrence E 300,0 MED EXP (Any one person) E 5,0 PERSONAL BADV INJURY f 1,000,0 GENERAL AGGREGATE E 2,000,0 GEN'L AGGREGATE LIMIT APPLIES PER: POLICYFX1 TNT LOC PRODUCTS - COMP/OP AGG E 2,000,0 E A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED X SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS MAA 5041151-10 04/20/12 04120/13 COMBINED SINGLE LIMIT 1,000,00 Ea accident E BODILY INJURY (Perperson) E BODILY INJURY (Per accident) E PROPERTY DAMAGE E Peracddent f B X UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE 74354D120ALI 04/20/12 I 04/20/13 EACH OCCURRENCE E 10,000,000 AGGREGATE E DED RETENTION E E A WORKERS COMPENSATION AND EMPLOYERS' LJAB(UTY ANY PROPRIETORMARTNER/EXECUTIVE Y / N OFFICERIMEMBEREXCLUDED? El (Mandatory In NH) H Yes, describe under DESCRIPTION OF OPERATIONS below NIA CAS040814 04/20/12 04/20113 TATU- TH- T1MCSI R E.L. EACH ACCIDENT E 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT E 1,000,00 DESCRIPTION OF OPERATIONS / LOC,AnONS / VEHICLES (Attach ACORD 101. Addldona(,Remarks Schedule, H morn space is required) I CERTIFICATE 4101 nr:p CAAI( CI 1 ATIrVJ ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE V - vim. 5�,cll� ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD DEVAL L. PATRICK GOVERNOR TIMOTHY P. MURRAY LIEUTENANT GOVERNOR The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE CAROLE CORNELISON COMMISSIONER Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 1941 This Certificate Shall Be Used for Submitting Prime/General Bids Only 1. CERTIFICATION PERIOD: This Certificate is valid from 7/23/2012 to 7/23/2013 2. CONTRACTOR'S NAME: L.A.L. Masonry Co., Inc. 3. CONTRACTOR'S ADDRESS: 27 Ferncliff Avenue, Saugus, MA 01906 4. WORK CATEGORIES' This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, Chapter 149A and Chapter 25A in the following checked Categories of Work: 1-1 Alam Systems Elevators J Historical Masonry [J Painting ❑ Asbestos Removal E] Energy Management Systems [i, Historical Painting ❑ Plumbing �17 Deleading ❑ Exterior Siding ❑ Historical Roofing ❑ Pumping Stations ,1] Demolition [] Fire Protection Sprinkler Systems —� HVAC Roofing F-1 Doors &Windows ___]Floor Covering Masonr�vSewage_&_WatErsmaUnenL Plants F-1 Electrical General Building Constriction ❑ Mechanical Systems Telecommunication Systems ❑ Electronic Security Systems ❑ Historical Building Restoration ❑ Modular Construction/Prefab ❑ Waterproofing S. EVALUATIONS: 6. PROJECT LIMITS: 7. SUPPLIER Number of Projects Evaluated: 11 Average Project Evaluation Rating: 92 Number of Projects Below Passing Score: 0 Single Project Limit (SPL): $1,317,000.00 Aggregate Work Limit (AWL): $2,500,000.00 General Building Construction Limit: N/A ITY OFFICE CERTOICATION: Woman Owned Business Enterprise ..s FreS. Bernstein; Deputy General Counsel, Approval Date for Yarole J. Cornelison, Commissioner NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timely may result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initials EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. 14NO, O, L.A.L. Masonry, Inc. Bid Date �1 �Print Name of Prime/General Contractor *1 a 244&4-- 27 Ferncliff Avenue Sauqus, MA 01906 Project Number (or Business Address name if no number) ayJ JP(A �*&JW 781-231-1844 Awarding Authority Telephone Number ' SIGNATURES 'Z Bidder's Authorized Representative Division of capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 tto n_ v N 0 L- ai N CL O U ri L m CL w 00 00 00 00 w m m m m m o0 w m O O w M I;t w r, m m o0 00 r- 0 O O O O O O O O O O O O O ri ri O O O o 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N n O r -I M 00 M r- O Ln N lD :I- Ln 00 n O O m O I;t m M ri O N ri N \ M ri \ r -I ri N N \ r -I M \ m \ \ ri N M N M � � M � 'a M r -I r -I l\O a) Lf l\D Ch r -I r- r- � � � � � M r, lDD � ri ri Gl Q. d E � U 00 00 00 00 00 00 00 00 00 rn 01 ao 00 m m O w N I:t w n w m w 00 r- 0 O O O O O O O O O O O O O O r -I 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ 00 r -I r -I O N W Ln c -I �t rl Ln r I O M . I 00 Ln M M Ln r- N r- r -q M N M \ N \ ri ri \ N r -I r -I r -I r -I r -i \ \ N r -I \ N N r -I ri \ \ \\ O \ lD \\ O \\\\\\ N \\ \\\\ l0 ri r� ri lD 00 00 r -I LD N Ct m r lD N i\ 00 O lD M ri t m 4J f6 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O 0 0 0 0 0 0 0 0 0 to O O O O lD 0 0 0 0 0 0 0 0 0 0 0 lqT O m M Ln l0 O m m n m O m O N n d O O* O O N ri M N ++ ri 00 ZF lD Ol ri C O rl W lD O Cf ' :F N ZF al Ol N r- tO M Ch N U Cr M M r� M N M d N CO ri 'zt r -I Ln n Cr O 'q r\ O M lD lD N lO Ln m ri Ln N lO r -I r O1 r i a� Cl C U v a v} v} v} v} v} v)- in v} v} V)- v} v} v} v} v v} v} v> v v* v} ur v} v} v} c cn to — tin tin on ao Y C C Y Y O A O v U U ?? >- ? U U? U ?? A U L O-Q m O L L L 'L O \ L T C C C-0-c L C C C C C C C C C C C C Y OA ,Z L Q7 , V) H H 3 N V1 Vf to 3 0000 3 3 V1 3 0000 3 O .L O v3: M i6 i0 N O f0 (O (6 v M M M M v id N f0 i0 f9 i0 O 3 u m ac Z121212 z z�v 2 z 2 12121212 z 2 z N N bA v v v ° _ dA O U O CL a1 UO O O is ) E 0 0 fd 3 s O 2 tin •C m m a is = 1 o° +' c>s 0 0 a L i c •C = N a v N� L` Y 4J C m Ln 0 = O N �° i O O F- U >f6 C7 W O ++ C LU 0 O a ° a, 4- = C> a co O 0= to -C O Q) >-0 L L H L H C c ca Q) Ln ° a 0 a L 0 L o O s~= N a Ln +1 ,C 0 O 4- N+1 � C C Y tli °— U N C - Y Y i0 — N O f0 N U 00 u Q C O co C ,�,� ,n L a v 'C LL° >.`) 2 -0 3 a +, a0 o o U a, a v v C °' v o o f a` ) W m 03 � z a Lj .j � U a� LL a ii cr u. 0 in I U U 2 U v) �� U a I- Ol 00 00 I� O O N r -i ri r -I r -I r -i r -i N N i l N N O O O O O r-1 r -I r -I r -i r -i r -I r -I r -I r -i r -i r -i r -I r -I r -I O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ 1l O Ln N r -I O Lr) r -I M r -i ri 111 O O ri 111 l0 Il \ M \ \ \ N N r -I \ \ \ \ r'i r -I N N r -I \ H LO \ Ql l0 ri \ \ \ N O r -I r -I Lf) r -I 1- 00 N r -I ri ri ri N N Ql Ql r -I 00 ri c -I c -I c -I 1- Ql 00 00 1l O O Ol 01 ri ri r'i r i ri N N r -i N N r -i O O O O O r -I r -I O O r -i r -I r -i ri r -i r -i ri r -I r -I ri ri O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N ri Ln 0 O N M 111 t\O H r" r\i m 0\0 lo 1I kD O 111 lO I, \ N ri M Ln \\\\ 00 Ct m i, 00 1l r- m m lD O 111 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O N 00 tO ri tD I� O O O O O MIZT O O O 111 N O O m O [t m l0 00 O O O O O I, O LR I� M N 01 O O ll 111 ll r, N Lr 111 Lr O O O 00 N l0 m m 111 00 I- r -I M M r -I lD 1- lD Ct N l0 N r -I O N O M m 00 to N I;t lO ri m M N O m O N I�T 00 LO Il r -I ri ri l0 M r -i N r -I r -I M N t/? t/? t/)• 4/)• i/)• t/� t/� t/)• V} t/} i/1 V} V} i/� V} V? i/} V} V} V} C M 0A O io � � O N Y Y L L L L L L L L L L L L L c c c c c c c c c c c c c c c c c c p p p 0 0 0 0 p O p O O p O p p p p 3 3 Vf VI VI V1 {n In N N H H H N H N N N VI N M m m 0) � 41 N � O CL O t O c p o U a� U C O Ln t O U w L Q c U v E L N Y 2 0 `^ - E C _ p O Q r p w d 0 in U -� p ro p O +' t O L� [3 U O b0 0 hA 'p m a O (i U J m �_ u N p J+ O 4J -C 0� N O N W � N 2 LL. N '� E i O D N C t�/f O C .0 C to 41 en H OL C N C O L Y 3 O 00 C N N N V ? N 01 U p +J U L Q1 a Y O > N (N0 C N MO >01 >41 O O U= Z �' aC H N� J> o1 l c a) E a) bn M c M G a) Q CL ca U 4- 0 c O a) ra a N u U C v L a) W v Q) O a a v CL O U O M O ri M n w N U1 U1 U7 O m O O 00 r\ lD O O It N O 00 N O m oo m M ri r� ri m d' r-+ ri ri r� r� r� r� ri 0 0 0 1.0 0 r� m O r Ln M Ln M M Rl M Ln M Ln Ln '-t m M O M �t.0 ri 'qt 'CT M M o0 M M c r, 00 � N r-1 r� O ri ri ri ri ri M M M N N LD M a0 O M M M M M O 't* r� '�t lD N ';T M M N 0 In 00 d' r- r, ri r-1 M N U) ri M r, N M n M M M M U1 0) n M n N It 't lD -Zt LD N U) U1 �t N It 00 r, lD Lr) r\ lD CX U1 Ul U1 N lD I;T 0) N 0) lzT �t N N M M r14 It* M Ol N U) N MIZT N M oo oo 0o oo oo m ri r -I oo r r r, oo r, r ri r, oo oo ri ri ri r, o0 ri r, a) r, rl r, rl� r\ O 00 00 t\ ri ri ri r, ri ri 00 ri r- r- 00 00 00 ri r- 00 ri F- (n d1 0) c) (n lD r, r, a) lD lD lD 0) lD lD r, lD m m r, n rj lD I CP n I ID s= s= c L O a) c v c _ ami _ v c c Y +- p c c a) c v i�-0� c0 C N a) i C1 O V U — � U U O C C2 C M = C Cn _ t �- v� N O t cL0 C 0 Cr 4- Cr +a+ O [1 O CL R O Y 3 U > M O O L N L U a) co -0 v 2 V) Q c r0 c (o tCs c u � U 4- a) c a) 'O = N N -t3 Cl N t M a) c ca N �_ Y [L a cu.) m a- a) v = a) 3 > O> 3 a) i OA U t>> C c C c O J- M i- Y M O O of 3 d C M M C L M L E LI �a),, a) ,R f0 c C C 3 O c 3 U CL (7 CL H U) U) Q 0 CL � U �o 2 or-. U) Y Y Q O co <.c cO vv_ C O a.., 3 O U VI C f0 C C C C U 3 1A a) a) + a-+ V1 C L O O ++ U C Ton (0 t f9 L L V) L C L Y V) U fC 0> 3 aJ U L 0 O a) o V) c c O Z a) a) O L U f0 N 4- N t c "a CL O O L L O L U = N N O U co m U U 3 c p O 0 to 3 u= 3> N 3 3 "� Q. C C U1 °J L o a= vi v o -o y 3 co L 07j O 0 £ o �7 o v C a) �' o > N E Q 0 Q > N c O +J -0 a� N c> O a) c c v> c Co c 3 � c ra x J J Y 3 (B O L � C >� Lo -, � U W U N U U U Q U U U LL G > 0 U CD U L LL LL Q va) aai v a) a) a) a) 0) •sa a) to L a) C M L a) C G0 L a) C M L 0) C 0A L a) C M L QJ C 00 L QJ C to L a) C M 3 3 3 3 vu 3 v U 3 v v 3 v U v U a U 3 a U a) U a) U O 0 C7 0 0 1 CD 010 0 0 0 0 0 0 C7 0 0 0 O 0 (D 010 (D O D 0 v C cx O O O O _ Ci c N E U O N C t c a S N t bo v O U O 0 V) 3 L a) _ c0 3 O U1 �c p -a Q O = i LO p = f6 t U CU ii i U u O M V) 41 " � v 0 0 3 = E ,r Y U c — n3 L O O Q a) L p M 0 2Eu = U U Ln I- I:t Ln O lzY Ln ri O It M O 111 O O to LD Ct M "w b0 LD w O M O I, r,L,D t.0 "t O O I, n O O r-1 N O I- 00 N O N O M N N d' LD N 00 n Or� M N O 00 00 IzI' lD lD IzT M r-i M M ri M 'It Ln M O r-1 N al to r- LT O O 00 Gt Ln LT It Izt It r-1 N LT O O 00 r'i ri 00 1, �t 00 N d' r'1 a) M 00 M ri lD ri M ri M O O ri �t M 00 LD ri lD In lD ri 00 00 ri 00 00 ri 00 M 00 1, M N LD LD Ln I- It 00 M LD M Lo ri ri ri Ln N ri 00 O 00 ri 00 M al a) r-i lD lD r-i r-1 00 L,D N 00 M ct cr N N O I, �t -t -�t 00 00 00 M LD to t M M M al I, "t N "(y) 00 00 M 00 M N M M Ln M Ln LD M lD 00 00 Ln Ln lD Ln Ln N 't't r, a)lD al lD 00 00 Ln Ln N N N N Ln ri I- I- ri 00 00 00 I, r, O r-i ri 00 00 00 ri ri ri 00 00 00 r, M r� 00 ri r-1 ri ri ri r-i ri r-i r-i 00 r'i r'i 00 1, O I- ri ri L.D 00 00 i, O f, 00 00 00 r� (, 1, r-i O ri r� 00 00 00 00 00 00 00 00 00 I, LDD LD r� LT Ln 0) 1 tD LD 00 I� r� LT Ln aT 1, I, r, al a) LT lD N lD a) I- r, r, r- r, r, r, r- r, L- O 0 4" r-+ m a� .- O > L Q Ln a) m ai m O Y w- O1 b0 '� m C Ln p O __ a1 N , i o C C p v a, Q t 'L U p v v __� c c E O *—' a� +: c c o m m 3 3 �, N 4, L a o — m-- O O %-. o .L C c Y m L aj -p ani X U V U U o o 1z a U U m p a� o L v a to U U m L U Li C7 O Z U U 2 2 m L �_ O c to L Q v "a L� C7 > U >• } Z U C7 (7 U o N U L 3 �- ate+ LL f2 U > > m i C O > a; v L LCo L LCo 0 Lo U Y > Lo c -C Y i i C p C O C O Ln C G C� G a L u Lo Ln a� CL p +J Ln C G +� N o ro D_ o Ln 2 G G Z L w o o Q -� co Y Z a� a� � O -o p � O OC p L ++ > v1 O Ln o O O p u 0 M O -0 p U t t O � C J- a-+ 4. 0 U m C a) C V U Ln M to L V +- O� U m m O O CL m m m 0 O m en o c �- O D U }c-, s a) Ln c a m x o v o U a o= c m m L 3 Q L v �' c �' L6 U L L c 4- p N CO o U p >� C�— c m o C7 m Z z c o v p Leo � t h —� c a a c O a a c O >, (n L 4, +, L y_ a1 bA 41 L b0 � � y m L CL Lia a1 UA Ln O o O> Vl O Q C V O C CC a 'O uA C C O o U O C= O a) LJ O >-v O 3 le 3 3 3 °o �`� to O U > u �O v v>> a m mo mo o mo m O O Q +' m w-j t7 Ln += m Q a� a� Q t U U U U Co. 2�� a� 2i z H �- � U o Ln m Ln U t a � J =w D' U L (L) L Lu L W L a) L v L ai L ai L v L v L aJW L L W W C bA L ai C to L a) C M L a) C bA L v C to L W C bA L v C bA L a, C M L v C b 0 L ai C b0 L v C b0 L- a) C •N C •N C .N C •Fn C •N C .N C - C, C •� C .N C- C .N c 3 ai U 3 a) U 3 ai U 3 v U� a U 3a) U 3 N U 3a) U 3 a U 3 a, U 3 a U 3 O o U o o U 0 o tD o o U O o 0 0 o(D o o O o o cD o o cD o o cD o o(D o a) O ' O v u v u L_ O R i+ m m = flS O O 4 + m m m "� O t > U w a 00 v n O41 a d L.) i 'a i H m Ln LO.i a o 0 N N p Q m m p Q 4, N Y i C 2 L C (Q L U U U -C L {n ai > bA UA m 2 O U O = O O m Z a > w m -1 >a> > aj U O O M O t" r� O tD n m O ri N tD 00 t� "0 m M O I� O r-Ir-I�D 0 0 0 0 m Ln O O O O N O I- ri 0 tD tD N O O tD tD M I, 00 N t0 m O n O 00 tD r -I r�,O O d m . N N It m OIZT Zt tD d tD 00 N m O O tD m m N r -I zt O m m 00 O Ln M e -i i, m N r� 00 r-1 r -I 00 r -I m m Il Ln w 1- m tD r -I O m Il r -I w m i� tD m m w m r -I m O I, ri tD M Ln N I- r, Ln M r -I M [F � Lr) tD co 00 co Il O tD ri 00 N O Ln -zt 00 00 N N * 00 r -I M 0) :t e1 tD O O I�t It N O r, 00 'qt Ln 0) 1- d' n Lf) Ln M tD N N M N M W NI�t Ln Ln Ln N tD ri Ln CO N N N 00 00 M d' 00 N M N 00 00 I- r- M Ln N M 1l M M 111 N CO Ln Mlqt Mqzl- Ln CO �* M I, r, ri r -I r -I 00 M Il� r -I r -I (l r -i r -I 00 00 ri 00 Il r -I r -I r -I r -I 00 Il M rl r, 00 00 t\ r -I r -I I, 00 r -i ri 00 00 00 O O ri 00 00 r -I 00 00 I, i\ 00 r, ri 00 00 00 00 I, r -I ri ri r -I O O r -I 00 00 r -I O 00 00 r' r. n I Ln I tD tD I� r, tD I� r. 0) 0) I, O1 W. I-, n n n 0).,.o p.D. lD I L!1 Ln I tD r, I I-, lD I Ln I I� n C !0 V .� L L C O O v — '� 'L O O '� v h •L I? C �C 4J �_ •> a) O -p N .0 L a) L um L F- Z Y m L U d m O C Q) •f0 C 4- C f° O O ..p tLa O O O V) m p C L. a.+ O0 N CL p Y w-0 0 N Q> Q t Y-0 a) >O >_ OLl a) U> Y m U aJ m .O Co "a Z CD U L � U 3 U a) L C p 3 D a) U(D Cto O U m v a) f0 > Q— L to _U -1 Z.2. c+o 2i i2 C w Y m 2 a) a) 2 D_ C7 U D_ D O FO- Li cc LLJ Q O m a C7 Y2E L bo L L L U L L p U i U ,� p C O0 0 CU >• - i •� t)DN aJ C O ) E N O 3 to a) N a) O O O L C •VI N � f6 F- O a) > C � 4 � C -C U N •3 � � � m L L > > a) Z t U t U c O +1 U 0� C m Y C 4a .� •� _ 4 .5 V U i C C m O a) = +' O (6 Q �+ S 3 -a p dA 3 0= C C !i O bA 4- = C to m O 0) OA +- Q N m> C in C> C C _ .N v - O co L a) a) `� C 0 O Q a) 0 0 p Q m O a) Q a) OA r+ L m C .L U O O (O +� ate- O Y C 4L -0 U Q C v U-0 O U 3 U Co 7 V) O Q co Y C C Ln 3 +, m a) v, L O} > U 3 L O co 3 to C7 N a) C L7 co E 3 3 cn m D O m cn U Z U 2 m D- 0 C7 Z v D_ m o2S Q p co (7 w a U Q a U m a D U U i— F- U F- U F- Ln F— FO- L v L a) L v L v L a) L a) L a) L a) L a) L a) L a, L a) C "r- L C L C OD L C dA L a) C dA L � C dA L Q) C OA L a) C M L a) C L a) C dA L a) C to lA C .N C N C N N C V1 C !n C N C N = Vf C .N C !n U U 3 a, U 3 v U 3 v U 3 a) U 3 v U 3 a) U 3 a, U 3 v U 3 a) U 3 a) U 3 a, 0 C7 O O C7 O D 0 O O (9 0 010.0 D 0 0.0 0,0.0 0 O O 0 O O 0101010 O O a) O = bo V) T OA C H m � U m Q a C O p N L- 0 E O v 3 3 L = E a U m3 O 3 O_ = a) C L O O F- O a) +, Vf t +, L co -CC > 2 ++ — U Y a O OCA m C > V) a) > _ OA .0 U 3 N E O t O U m a1 C m C > >m C 0_ 0_ I.L 0 N 11 L.L N > N Ct' r1 0 N M 0 0` 4 --1 ci ri 0 0 m N n O O tD d' to m O O O O O N M M I- O N M 0 O 0 M 0 0 0 W ri O O tD r-I O 1- 0 O N M t0 M 0 0 0 M O M 0 M M O tD -;T OO t\ O N 0 n 00 N N M Ln O M O It tD O N N N Iq ri N N M N O N tD M O tD O Ln c-i N c-1 l0 -1 N q* M O M r-I M O S 00 11 N t0 N tO M tD N r-I I� 00 N N M M r� M r-I ri ri l0 M M In m r- W 00 ri m to m In 1- N O m 111 00 tD N M 4 tD m O tD t!1 Ill O 00 M Ol N M tD O Ill t0 N O tD 00 M N t0 t r- M N M d' M r-I N N S M In -zt N In N N N to 'q M 01 ll r L 1 N Ll N OO Ln 1' 11L� T M 01 d• W Ill Ct M W tD N N 1�- 111 r-I it r-I r-I 00 00 00 Il r-I 00 1- r-I 00 1- tD r-1 1, 1, 00 ri ri O r-I 1- r-I 00 00 M 00 00 00 r-I 00 1, 00 ri 00 00 O O f" r-1 00 O r-1 00 O r-I ri 00 r-I r-I O 00 00 tD 00 r-I 00 I- r, O O r*l O 00 n ri 1, l0 FZ n to to al 1p n 111 tD r, Ln tD lD I" tD lD 111 f� r' 00 � tD I" 0) 01 lD Lo Ol to r' Ol tD c a1 O c O N O +- j C U O a) E aJ m > T U Y C C a1 t 4+ V a c c p p> co L c U "O L ++ c Y U 0 fn cu C 0 f6 Y (0 to +' c a) co c v> CL O m -0 m a) o aJ O ca c >> 3 W m U C7 n f)J O c f0 C v O o U c U fa H m O aJ to O > L O a) CO fL0 -C U fU6 a J Y Y aJ t U O L cf LL fa OL O a O U A 41 fa -o N N N i U O v 2 41 'O c m U C to m fn O m fn 2 I L J L U U a) 7 O t U— > fn s >. c L >, L aJ - C a) N Y (0 t 3 L +� f0 > a) +O+ f0 L O +� f4 v� 7 O fn '� fn m E +' t t f0 'a O N D_ m d U Y Y U d N O O U O L7 f0 d O O O _O Q f6 to _ OC O in L V) m C O bo C to E L v m 4- a U � +J m ate) O L a L N G0 ;O >' F- L a% a) N a) O O a) n L '^ U v O a) OO i v fB O° � C O L C Y a) m u U Q °) v c p L� Ur U E 66 p QJ "O O O c m _L a) •T-F, U0A a) no v ) +j fL co v �_ u m C L �+- O a c +� � a N f6 Q a c L = on 'y a s an Q °; .� u w O Q °' O c+ ° _, m O a N U Ntto ate+ 06/ c H to N=— c O<= Q 071 to a) E c 3 L=L O OO +� N C N c 3 c > Q f0 In 1"0,- . f0 >- a U a>+ O i a) Q �Y aJ U i ti m U U N U ti U D- 0 0 0 N U 0 U F- = f1 J��� Q fp— C7 L L L L L L L L L L L L v c:L 0A v OA L v OD L a) bA L (IJ L a) 00 L v c aO L a, M L (1)v J c 0A L OA L a, 0A C •N c •N C •� •N c •N C '� C N C N C N C '� C N U 3 (Ii U 3 a) U 3 a , U 3 aJ c.) 3 a U 3 a) U 3 a) U 3 aJ U 3 a) U 3 a) U 3 a, U C7 O 0 C7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C7 O m C7 > L o O O u E N Y U Q N a c c Ln C-p zo O a C O O � t 2 dO L O f6 UO +. a) V) ~ a) to a) c •� C f0 _ •E fL N L o Q to o °' a) a) ai m c L Q aJai a) O o > a) 0 Z cc H to fY O tD m r -I tD N I, m r -I r -I -zt O r -I m N m tD I� lD 00 � tD M u'1 N tD r -I Ln ri O 0 u1 tD m lD N M I* r, M tD 00 01 00 i, M n Ol co N 1, It n ri r -I ri 00 � r-I 00 r i 00 ri 00 00 O I- 00 n 00 n 00 I� r - dl C C O m L to >- IA C L / L U O O (� f0 C7 QJ f0 L m C L O co Y O Q � Ym z L a1 O a C O Uv J O d-+ L 0 D_ p N 4 — N a% 00 o v •- � N U N 3 T U U a1 ++J, O O _J3w O > t'�if c a 4= a o "+3 0 06 o U U — O C O L U Q (D U C7 Cluj L vv L L v L v L v L v L a� L Qi L a L a L a L v 0o L v W L a, OA L a, c OD L a) c 0A L Q) c OA L (IJ a 0o L QJ c OA L v c OA L aj c 00 L a) c Op L a C •N C •� C •Ui C •c, C •N C •N C •N C •N C •N C •N C •N C 3 aU U 3 v U 3 a, U 3 a U 3 a, U 3(U U 3 a, U 3 a, U 3 a, U 3 v U 3 a, U 3 O p C7 O p 0 O p C7 O O C7 O O C7 O O C7 O O U O p O O p C9 O p 0 O p CD O L � v o E t in p w L C O b0 Y VI ai t4 V O N � N a) 0 r 0 0 ri m n OO N ci R 0 O Ln LO O M LO Lo W. OO O O O o 0 0 0 0 0 0 okD000Ln Y -D O Ln O O O I- L O M N OO O M 0 4J l0 N fl to to N C kD N rl m MIZI, y O O O V In > Z V1. ll� -kn 00\\o 0 0 0 0 0 0 0 w � C 0 O- U E L w O a v 0 0 0 0 0 0 0 0 0 0 0 0 00000Ln O a, 0 0 0 r, O OO O Oo o m ++Ln LI) Ql U') t o N U Tt Ln m N qt m m oo �n ri m m aJ C U O V a vi. if� if� a� a� N N rl N ri rl rl rl 000 O N N N N m N w O N \ ri rl r, Q1 Q1 t 4) m C13 an L L L L L L L O c c i c c c -Y X 0 0 0 0 0 0 L 4) o Vf Vf VfVf V) 3u���222 a 2 L Qu E Q 2 d m a0+ C 3 L 0 +� u v m ++ O U v mO t N O_j M c O W$ bA mcou=Jz�a 0 0 ri m n OO N ci R 0 O Ln LO O M LO Lo W. rdw c a, N 4- f0 Ln a) Q O U fd L C 0 U c a, CD a) E a T m O r, N O 00 m N r, M m r, O Ln d' O 00 N O r, m ri O r, N Ln It* Ln M m 0 LD m rn I, m aJ 00 m c -i �D m Ln O m r, LD M O r -i 1* O Ln O N V M'T M n ri T O Ln N Ol M n LD OO n OO N OLn P, of 00 O Ln Ql r, N O Lo Ln ri Ln ri -I-Lo 00 M M Lo M LD Ln Ln Ln ri N Cf• Ict N CO I -t M ri N a to M Ln Ln M N LD CO LD N r- M r\ Ln 4 M N N ri ri ri 00 0000 00 ri -1 ri W. 00 M aJ H H Hr -i r -i O 00 O O O n O 00 00 O n r- O F LD Lo LD LD Lo d n d Ln Ln Q1 Ln n n 1', d Q1 Ol to C ? c O --0 L aJ f6 in L a v 4 J c Ln Q) = � `L° f° l7 4J L U c Y 0 G: N +' Ur O a U OA aJ J N= 4CJ L t0 C a) 4' C J C -O a1 N J C C cu toC •L C U (0 L , +� L U C7 O m f6 Y W -�, OC Ln Q � Ln Y C Q N a to O C H L 0 H � E U Fi U v v { + a) u v a L N m c O U a O U i C c0 U O 41 C m L +_`� i +' = `� VI N d Q _a -C a° o o o Q c :3O v' C C N c CO In c O U E Y 0 CC� 0 = QQ v 3 =C o J ca U U LL G Lf UC� G Q Y C7 G G L a L a L a) L uU L aJ L v L v L ai L ai L C L C L C L c L c L c L c L c L c 3 a, u 3 v U 3 v U 3 a, U 3 v U 3 w U 3 v U 3:w U 3 W U O o c7 O o cD O o (D O C) 0 O o (7 O o tD O D(D O o(D 0 o c7 Q c0 L C C a a) C f6 CL O Q 2 aa) O cr E N41 V) i ai a� c _ OA 'O N v E �u O _ fa C a) > C o a` v I I IMIz I I 1=1 I I I 1 1-1 PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete a project? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ Z 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ ❑ for a public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ z any of your projects? 11. Has any employee or other person suffered an injury in connection with any of ❑ your projects resulting in their inability to return to work for a period in excess of one year? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ M anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? I Have any judicial or administrative proceedings involving your firm or a principal ❑ M or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ N or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ M violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, workforce goals, or failure to file certified payrolls on any public projects? 12. Other than previously reported in the above paragraphs of this Section I, have any administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Patricia Chiaramonte President Joseph Chiaramonte Project Manager, Estimator PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 - LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 Patricia E. Chiaramonte 27 Ferncliff Avenue Saugus, MA 01906 781-233-1574 patricialal@comcast.net Education: Edgewood High School West Covina, CA Graduate, Class of 1974 Employment: 04/09-6/10/11 Fia Beauty Salon Newton, MA Receptionist Appointment bookings, telephones, customer contact 07/07 —02/09 North Suffolk Mental Health Somerville, MA Program Assistant Receive and direct all incoming calls, monthly reports, Insurance verifications, billing, scheduling, all other related office duties. 01/07 —07/07 Tri City Mental Health Lynn, MA In -take Coordinator Scheduled appointments for therapists and psychiatrist, obtained insurance authorizations, regular office duties. 4/04-11/05 CAB Health & Recovery Danvers, MA Direct Care Staff Assisted in-house clients at this 24 hour facility with daily activities and rehabilitation. Promoted to Direct Care Supervisor 10/04. Responsible for a staff of 25, scheduling, reviews, etc. 1975-1979 AVCO Financial Services Lynn, MA Cashier Re -located to Monrovia, CA as cashier, transferred to Pasadena, CA office to accept promotion to Branch Manager, overseeing office staff of five 1983 — Present L.A.L. Masonry, Inc. Saugus, MA Owner/President All phases of running a small union business and bidding projects for various municipalities; A/P, A/R, certifications, etc. Company incorporated in 1990. Joseph R. Chiaramonte, Jr. 27 ferncliff Avenue Saugus, MA 01906 781-233-1574 781-389-4159 (cell phone) joelal@comcast.net Education: Somerville High School Graduate, Class of 1972 Employment: 1970-1976 Toland's Market Manager 1977-1982 R. Cooke Construction Mason 1983 — Present L.A.L. Masonry, Inc. Project Manager/Estimator Union bricklayer since 1993 30 years of masonry experience Somerville, MA Somerville, MA Monrovia, CA Saugus, MA TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 3? a`tt�.., iberOOL Raymond T Santilli ° . A TEL (978) 688-9516 Assistant Town Manager "► �o, e m FAX (978) 688-9556 November 2, 2012 Ms. Lisa Higgins, President Thompson Waterproofing, Inc 93 Federal Avenue Quincy, MA 02169 Dear Ms. Higgins: Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Stevens Estate Masonry Repairs" issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosure s CONTRACTORS BONDING AND INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS: Home Office: 3101 Westem Ave., Suite 300 Seattle, WA 98121 (800)765-2242 (800) 950-1558 FAX That we, Thompson Waterproofing, Inc., as Principal, (hereinafter called the "Principal"), and Contractors Bonding and Insurance Company of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, (hereinafter called the "Surety"), are held firmly bound unto Town of North Andover, MA as Obligee, (hereinafter called the "Obligee"), in the sum of five percent (5%) of attached bid, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Stevens Estate Masonry Repair's 723 Osgood Street, North Andover, MA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of October A.D. 2012. Witness Thompson Waterproofaig, Inc. (Seal) Principal b✓k v - kA, Title Surety: Contractors Bonding and Insurance Company By: Carl L. Traina, Attorney -in -Fact sej �m�asr Witness Thompson Waterproofaig, Inc. (Seal) Principal b✓k v - kA, Title Surety: Contractors Bonding and Insurance Company By: Carl L. Traina, Attorney -in -Fact sej Contra tors Bonding and Insurance Company a 3101 Western Ave., Suite 300 an RU Company Seattle, WA 98121 Know All Men by These Presents: POWER OF ATTORNEY Contractors Bonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint: Carl L. Traina, Louis A. To=. Jr.. Jacquel=e R. Maloney, jointly or severally in the City of Quincy , State of Massachusetts its true and lawful Agent and Attorney in Fact, with full, power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100 Dollars ( $10,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 10th day of September , 2012 %,AGAND 1hs0i4i eg ' PPc+ORq .y _o• o r .ms ti G F _ V ' O = z�. SEAL °°'• 1979 ' State of WashingtI on •' SS ��i w48HINGID� County of King "'ItI1111" On this 10th day of September 1 2012 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. Joseph B. uller Notary Public Notary Public Slate of Washington JOSEPH B. MULLER MY COMMISSION EXPIRES March 29, 2016 Contractors Bonding and Insurance Company Roy C. Die Vice President CERTIFICATE I, the undersigned officer of Contractors Bonding and Insurance Company, a stock corporation of the State of Washington, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and a seal of the Contractnrs��diqg and Insurance Company this .A.ciay Contractors Bonding and Insurance Company Roy C. Die Vice President 2075334032912 A0059511 of . Stevens Estate Masonry Repairs North Andover, MA FORM OF GENERAL BID To the Awarding Authority: Kang Associates, Inc. September 19, 2012 A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered QLAz `fikz-1k\z C. The proposed contract price is: ct� CNJ.: \A6&Lxot k-ke - 1.1Vlu'r dollars ($ Tr-to�S.�,�a n � No.ruLc� i�► �..�,-� - H ► u � E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. \OI3,1Z- =ignatureand Date dder) f Person Signing Bid Business Address (*�, AAA cp `tel 21 City and Stat FORM OF GENERAL BID - 1 Stevens Estate Masonry Repairs North Andover, MA GENERAL BIDDER'S CHECKLIST: Kang Associates, Inc. September 19, 2012 Addenda Recognized /Bid Deposit ✓ Certificate of Corporate Bidder DCAM Eligibility Update Statement V Certificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 CERTIFICATE OF CORPORATE BIDDER certify that I am the of the corporation named as Bidder in the Bid Form, and that Lp� who signed the Bid Form on behalf of the Bidder was then the of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal ~Sec ary-Clerk Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signat I 6!�Z Print Name & Title Date z Company 14ame CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I �SNAQ. \VA,.ctc3-,w! , authorized signatory foi u ��� � �p� ,(- Name Name of individual I NName of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signatu a Lis -:I . �A C� c�, �, Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signa Print Name & Title Date Ny` �\ \ I— Company Name �e (e"mm"WWWA �L•'GR�L01� 0� C9f!/f1q.�.fl'� c�[:I�P� ��fC�/'Ll7!�P:I9LP17� l2'nP ci7GJ%7i'/./}GG?G ��fXOP DEVAL L. PATRICK 1604,/0I1, GOVERNOR (677) 72-7-11050 TIMOTHY P. MURRAY Xaw. (6/7) 7l? -;36V LIEUTENANT GOVERNOR Certificate of Eligibility JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE CAROLECORNELISON COMMISSIONER Contractor: THOMPSON WATERPROOFING INC #11- 1033 93 FEDERAL AVE UQ INCY MA 02169 This Certificate Shall Be Used For Submitting Prime/General Bids Only In accordance with M.G.L. Chapter 149, Section 44D and 810 CMR 4.00, you are hereby certified to file bids under Chapters 149 and 149A in the following.categories: Masonry v Waterproofing 6 General Building Construction Historic Masonry W a Average Project Rating: 90 Number of Projects Evaluated: 16 Number of Projects Below Passing: 1 Your Single Project Limit is: $589,000 Your Aggregate Work Limit is: $2,000,000 gge is valid from 11/4/2011 to 1 Georke M. Matthews', Deputy GeheHl Counsel /j Date' for Carole Cornelison, Commissioner i!1 Official DCAM Amendments Date Authorization Extension to: Name: SPL: GBC SPL: AWL: Category: Address: ii W W S 0 cn W > N L m Q U Q r w v u O c` LL C a H m rn � W m ui W I/f C a, ai N U v 0 a W W EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT 1 swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. October 3, 2012 Bid Date Stevens Estate Masonry Repair: Project Number (or name if no number) Town of North Andover Awarding Authority Thompson Waterproofing, Inc. Print Name of Prime/General Contractor 93 Federal Avenue, Quincy, MA 02169 Business Address 617-471-9966 Telephone Nut SIGNATUREb Bi der's Authorized Repres ative Division of Capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aqqregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 H LL O H LL W Q 0 WUZ Q L, 0 pip W W W F- 0 0 Z U W VJ C) wz0 J W — 0W w00 Q0Z AZO w - LL ~ Q W W CK 000 �ZLL Z 00C) w W �-- 0 W CL cy C7�w ZZW p W J w Q mW WF— QOCa G W C� U) Z O :E Z Q w O U00�- LL Q m Z } U ^�O�-J^ J Q J Q J m H- 0- < U) a- U _:jQw0 U Z Z_ LL O O a w z O U) CL 2 O 2 F- 6 E m z c m CL E O U O 51, a1 m m IL b 0 M L U U tp w c (> a2 aa) - E m m 'o C O_ m � � U Q c a O r- U c U m o (D o� N oa wN N N N N N w w J o N 0 N 0 N 0 N o N N o N 0 N 'Qr 0' (\ M Cl) N O (1) O M O Cl) O) N G a0 co (O (O V �2 r- 0 V w Q N N N N N O O N_ O N O N N N O N O N O _N O N 0) (' O N (" Q CY) M iF— w a o 0 0 (P 9 o H LO Cl) o 0 O 0 0 O CN O — r o 0 LO (� b9 t 64 Z V C O CO C O C O C O �O C O m (M m m m m m N O N 00 C O 2- N cc Y m 0 0 0 o f0 O g� o D Z 0 Q V 0 c o > m O Z C 7 C Q y m U Q w J o C cA c o E m �_ Vl O O J m C N m Y F- I— m o m a m �c $ c m C9 (D Ci LU c E m cd Y cm O m m m U co 2 a> a a� d a) E �2w o m r N O c Z 2 w I Q U Z Z_ LL O O a w z O U) CL 2 O 2 F- 6 E m z c m CL E O U O 51, a1 m m IL b 0 M L U U tp w c (> a2 aa) - E m m 'o C O_ m � � U Q c a O r- U c U m o (D o� N oa O w 0 § § § / a § \ Cl) § / § § § § % / Q LU _ o C14 / / / § / \ a / § a & a m a § m ,w �U �� �0 E 0 B G Cl) G G § k 0) \ V $ k / � / 3 \ & * r- � G % } U LO _ ® Q ® O • Q 76 ) b R $ 2 § $ § § P # k k k o \ w t $ ° ) ) 2 $ = 2 14-- :Q t 4) } ) ) ) cc ) ) U © b ® 0 § E § ) ° § § ) § § d d k d k d d 2 m . » U) z O F- 0 k q f 0 o \ 2 « A £ (D E ± k k ) § I f cn / k ' » k e , § 8 0 ' © ' 0 e z \ } } ? LU / _ 3:m § 2 ) ] § 0 \ 0 7 - g 0 m @ 2 IL j » ; a m ) k ± o. I } \ 2 § ] 2 4 / f 2 CL E 0 2 7c �2 m 0 2k k� -f 00 «m 2ƒ f@ _m 0 // -a '> ao E & U2 f k 2 E &§ (% /§ x m E / o cu /k ƒ/ cn §7 @_0 0 z 6 ƒ 0 0 w } § � 0 \ 0 � E z \ E 0 0 � \ I k R k � % k w \\ eIL F- U w N� w 0 F— w J O U 2 U w O LL z O FC- NGN O LLz w U z w w LL NwN Lr.Ln V z O J J O LL w 2 F— w 0 L.L w (D vJ \O w w CL w 2 F— z O Q F— U) J LU z O O O— O O 0 O M— O n O O 00 (O O) n (n O O co O co O N O O LO CO n 0 0 M n O n LO O N O q n 0 — O O O O c. O N n ro (n O O n 00 Cl) O rn v n N W 0 O O O M O N 00 LO O O) M NT CO 00 m O W M Do (o n — (n 00 O N M M M M 0 n — O r N J n O N n O) n N n LO v 00 O n n rn n 00 N O n O n N n W M L? (O M W 1 (O M '7 N M N M C9 (n 17 (n N 00 O W IT DO V F. n o n co n n r- n co n n o co n n n 00 n r Q n o CO in Do O n o — (n (0 ao O O n a (O LO o (O (o ro Do o n S O Do n (o (o n Do W n (O CO Z M aD E a� m LU M z O = c c IL 12 m m °_ �♦ N O N N = C CO f00 > C V O N L O to C L N C N (6 0 N C 0 to C N N C C LO >p w 'O m C >p N O O Y N C O OI m d J N O) L m C 0) (6 z > = > lL Ur 0= U = 0 = M N > C N N j > U Y N O M E Q (6 2 (0 U O > Mp (6 to 0 N 2 f (0 M m O N p w L N O Q N m J (n J W J W d m J H Q CL J U Z J O ' O ._ E C N N O COto 3 J U N to m O C O U (6 N U O N oN= O a O O 6 J O O U Q d •wNCE U Q N ` ` pto �NQ_Q NNC Q3 f0 O >QC LQU 6 O m C C > Q m o 2 >OC W N c CL 4) p ~>+ >i Ur A cli U) Q M CDW p � wo =r O °ML C z U Q U z r >C O E > C J 'C O ul >. O > O ?i C >. O O Z Z Z O J CO H U 0 > U U U O > Z H Fo U (n H U Z F- a C C (Dc 0) a) a) 0) a) 0) 4)m 4) 0 4)m C. C C C CN C N C N C NO V O D (9 O D (9 O 0 (9 O D (9 O 0 (9 0 0 0 O 0 O D C7 O D (7 O Q C9 W J � m () (n E Mn W N ( @ OO O (DE N N N c T Y 0 n. c E (0 m m .-� _ d Q Q > U = (D [t o (D w a)U c m — L O y > E NO "OU0 L2 N o O E i u tNO E p C 0 m o m o Z m = m co m W wa a Q Y J J Y 0 U w O d C) F - w J c� G O U Q w O LL Z O_ �C G O LL Z w U w w LL (D W �a Z D 00 J w J a LL Ow w= Z woo N>w 0 F- LLy/ w O N Mo LO co o m rr-co X00 O (o N O (o M LO O (V N (O O o) LO (D G. No) V M M O) m O (0 M M M N m O (o O tp O w v ao A Un LO M o o J CO r- It Cl) m r- N N n V It 00 N r W 00 00 M N 07 IT r�- n V IT (O O T IT o w w n r� ao ao v Q rl� o v r` r ao r r` r` n rn co r r r 0 0 o ao r` � rn m Z (o W Z a. c c V O O O 7 c E c N y Y c c U >_ Q ED Q C N O) 3 U O> m N =_ R ( 7 z g R z oR = a) m= z _ } L U U O V U U Z)Q� Z Z 2 Y J m m J M X r1 Z J U O C O N� �j y �1 w C N m CD L 7 fQ orfN t O O o U O C O U c U U O y Q �_ O t & Q N U O o JT O CL M N cn 2 .2 NR 20 �N _ UO cc 0 > 'p p >«Q W m U O Z O a E = C a mrO W o O i O_ N fl_ N j0 Z c > E a. N E N p EY-) O Um�TQ� zN tQ Q LR oz - Q a C C C C C C C v o(9 o o o 0 o o(9 o o(9 o o 0 o o Q o o W J F- p' N cva V U m o LU t c U i U p j N Z U O 75N = C C._0 O O L 3 C O R =_ W p fn E J O` N N 'O t N _ N C p N C m m E 4) m a m p a m o a>i 0 o 0 E o � o c0 � U o U) W a z Z) J C m o m a L d L 0 = V R L Q` C O V V L L Q (D T c N rn r O c O d V c c W N d m a rp R 3 � O N >, c R O ; 3 a r � R � a =o C. Z R X E �( L O V C 7 R W O W Q 5. T} E y I O O L c O V T L y o C�CL 3 OM m M0 — c O R R o E R R N i N o C- 0 O ._ a O. E R L d C L o E 3 y c a N CO > n C C O L E N R T R CL L R � (� O L O C C N d C w V C C. L N E t +� C o V p R d TL 0 y c Co O >R O >, �o ` o c CL X 0 ciO y N 7 a L m L d Y 07 W } V 4) 3 N c R Q R L 0 T w O .41 O M t 2 R U W c N E N aci N d m -0 C O. R 2- 0 N � Q C .R O U cc — R f0 U � o (D O N MA Z E oa Of w 0 Z Z) U) Q LY LL W O H w UU w Z W 02 IL U ZY O� F-0 U3: w In �— Z af Ow U2 W Z_= J_ m0 z O w F— Z Z LL LL QO Z z(1) O OJ af V J � 0 m� W �w = Q W i w J tY Q Za o� Qm � U D m0 U ' aU N J Q F- Q H Q m0 a ::iU 00 YO vi o M v 3 Nd O � M lj +O' J{O� � f � .0 10 C i0 C V,,/� r' > 1`+ Q O V C C m } N N N a) a) a) N a) •C w t0 O O O O O O O O c O O O Z I , " o Z° d r 0- 0o 0 o Q M oYE T o to T Q r O Z o p v w a rQ a 0 0 -0,0p q o •i= O 00 O 00 00 O 00 O 00 IL o r rn M LO M M rn co L co 0 M M N O O O � rv4 M r N O_ EA U m c o a`ai m m m aa) m 4) m aNi v N_ N NO NO N NO N N0N _N N Cl) w U) N___ N N N N. O N 0 0 N N _O_ N _N O N R ld 0 N Q r 0 N N O a0 M N O M d a0 M N j M N rn ao N j-- rn rl- 0) °� v ¢' U `° ,n c 0 0 c ° c ° c ° c o 0 a) m m m- m `o @ o rn m� rn c y o 0 ° o o o 0 0 0 N m m x o a o a a��i 2' a�°i lY m lY aNi lY ;n 0 2. 0 E. V (D tY a� `) m o m o� 0 0 o o 0� m N m m m m N g 2 2 2 Z> w N N = E O O > O a a) cEaa)i° C ° c o U o Z U0 °i a) o U u5 2m EZ w ofm° 41) U) x m a d 2 0 cf o m °=) 2 w a U v w wg Qo �o 2 O 00 YO vi H U W i CL 0 W I— W J n 2 O U z W z W Of LL w� wQ zZ) O LU J a O W W Z LU0 i PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of your ❑ projects resulting in their inability to return to work for a period in excess of one year? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I" shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.), YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolenproperty? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ ❑ officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any public projects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Lisa Higgins Project Executive Ariel Jablonki Project Manager PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 - LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 Please ,inter Your Firm's Name Here: THOMPSON WATERPROOFING, INC Section G. Highest Value Completed Projects &Project Title j Completed Projects Category of Work #1 $ Breakdown for Category of Work #2 Category of Work #3 (click on arrow in (click on arrow i$Breakdown for n (click on arrow in cell) Category #1 cell) Category #2 cell) Sample Project Boston City Hall Renovation General Building Construction $1,200,000.00 Roofing $400,000.00 Masonry Highest Value Single Project Quincy Medical Center Masonry $421,530.00 Flashing $47,375.00 Waterproofing Second Highest Value Single Project Rumford Center Historical Masonry $481,600.00 1 600 Unicorn Park Waterproofing $200,945.00 Masonry $101,830.00 Flashing 2 ATFP Exterior Upgrades Waterproofing $157,300.00 Masonry $4,200.00 3 Quincy Medical Center Masonry $421,530.00 Flashing $47,375.00 Waterproofing 4 Lafayette Square Fire House Masonry $88,492.00 General Building Construction $15,650.00 Painting 5 Cochituate Village Masonry $69,740.00 Waterproofing $19,690.00 6 Villa Victoria Masonry $62,905.00 7 Falmouth School Administration Building Masonry $163,972.00 Waterproofing $10,122.00 8 Quabbin Spillway Masonry $133,297.00 9 Clarke School General Building Construction $55,250.00 Waterproofing $19,875.00 10 Brookline Library Plaza Historical Masonry $42,325.00 Waterproofing $19,422.00 11 Pope Tower Elderly Housing Elevator Masonry $146,371.00 12 LBJ & Miller River Apartments Waterproofing $377,815.00 13 Marshfield Waste Water Treatment Plant Masonry $104,941.00 General Building Construction $27,690.00 14 Haverhill Mills Waterproofing $84,908.00 Historical Masonry $71,875.00 15 Jamestown Residence Waterproofing $138,719.00 16 Jefferson Hills General Building Construction $176,485.00 17 LBJ Apartments Waterproofing $105,810.00 18 Rumford Center Historical Masonry $481,600.00 19 400 Atlantic Avenue Masonry $86,400.00 20 Park School Waterproofing $229,637.00 $ Breakdown for Category #3 Total Contract Amount ($) Contract Start Date Contract End Date Owner (Name of Firm) Contact PersonContact (Mr., Ms., etc.) Person First Name Contact Person Last Name Telephone Number $200,000.00 $4,000,000.00 1115/2008 5/15/2010 City of Boston Mr. John Smith (617)111-1111 $48,825.00 $517,750.00 4/1/2010 5/31/2011 Quincy Medical Center Mr. Jonathan Nelson 617-773-6100 $481,600.00 10/1/2007 9/25/2008 PK Rumford Mrs. Jen Mathews 401-434-0112 $9,200.00 $304,200.00 9/7/2010 6/28/2011 Unicorn Park Trust Mr. Andrew Currie 617-204-4167 $161,500.00 5/16/2011 6/28/2011 US Navy $48,825.00 $517,750.00 4/1/2010 5/31/2011 Quincy Medical Center Mr. Jonathan Nelson 617-773-6100 $3,500.00 $149,420.00 2/7/2011 5/9/2011 City of Cambridge Mr. Paul Lyle 617-349-4800 $112,990.00 10/4/2010 11/30/2010 Wayland Housing Mr. Brian Boggia 508-655-6310x11 $119,530.00 7/26/2010 11/26/2010 Villa Victoria Center for the Arts Mr. Javier Torres $220,000.00 7/5/2010 11/19/2010 Town of Falmouth Mr. Marc Dupuis 508-548-0151 $133,297.00 9/27/2010 11/15/2011 MWRA Mrs. Jane Colbath 617-242-6000 $183,920.00 8/27/2010 10/10/2010 Town of Lexington Mr. James McLaughlin 781-862- 0500x221 $109,876.00 6/28/2010 9/24/2010 Town of Brookline Mr. Tony Guigli 617-730-2044 $146,371.00 5/14/2010 8/1/2010 Weymouth Housinf Mr. Ray Frieden 781-331-2323 $377,815.00 8/31/2009 11/13/2009 Cambridge Housing Mr. George Gannon 617-864-3020 $177,591.00 8/31/2009 11/6/2009 Town of Marshfield Mr. Paul Tomkavage 781-834-5589 $156,783.00 8/5/2008 5/15/2009 Forest City Residential Mr. York Murray 617-225-0310 $138,719.00 10/27/2008 4/22/2009 Jamestown Resident Mrs. Tammy Borges 401-427-8524 $176,485.00 9/28/2008 11/22/2008 Jefferson at Edgewater Mr. Mark Theriault 508-263-7535 $105,810.00 10/21/2008 11/14/2008 Cambridge Housing Mr. George Gannon 617-864-3020 $481,600.00 10/1/2007 9/25/2008 PK Rumford Mrs. Jen Mathews 401-434-0112 $86,400.00 4/28/2008 6/20/2008 400 Atlantic Avenue Partnership & Northland Investment Corp. 781-821-0900 $229,637.00 8/1/2007 6/13/2008 Park School Mr. Joe Meyers 617-801-0200 Y Construction Manager, CM (Mr., Street Address City State Zip Code General Contractor, or CM First Name CM, GC, Designer Last Name Designer Firm Ms. Etc.) 123 Main Street Boston MA 01234 ABC Construction Ms. Jane Jones 675 Massachusetts Ave Cambridge MA 02139 Management, Inc. Mr. George Gannon 114 Whitwell Street Quincy MA 02169 Meridian, Inc. (Design Firm) Mr. Paul NyQuist 40 Locke Street Haverhill MA 01832 New England Construction Mr. Steve Murphy 293 Bourne Ave Rumford RI 02916 (GC) Mrs. Jen Mathews 600 Unicorn Park Drive Woburn MA 01801 Gale Associates (Design Firm) Mrs. Chris Paszko Naval Station Norfolk VA 02139 Lumus Construction (GC) Ms. Kristen McNeil 114 Whitwell Street Quincy MA 02169 Meridian, Inc. (Design Firm) Mr. Paul NyQuist 400 Atlantic Avenue Boston MA 02110 Russo Barr Associates (Design Mr. Rossano Giugnale 147 Hampshire Street Cambridge MA 02139 Firm) Mr. Andrew Barr Angelo A. Hyriakides 106 Main Street Wayland MA 01778 Architect, PC (Design Firm) Mr. Angelo Hyriakides Wilson Butler Architects 85 West Newton Street Cambridge MA 02139 (Design Firm) Mrs. Rena Gyftopoulos Keenan + Kenny Architects, 340 Teaticket Highway E Falmouth MA 02536 LTD. (Design Firm) Mr. John Keenan GEI Consultants, Inc. (Design 101 1st Street, Bldg 39 Charlestown MA 02129 Firm) Russo Barr Associates (Design 1625 Massachusetts Ave Lexington MA 02420 Firm) Mr. Andrew Barr Powers &Company, Inc. 333 Washington Street Brookline MA 02445 (Design Firm) Mr. Paul Johnson Strekalovsky, Hoit, Raymond, 401 Essex Street Weymouth MA 02188 LLC. (Design Firm) 675 Massachusetts Ave Cambridge MA 02139 Cambridge Housing Mr. George Gannon 870 Moraine Street Marshfield MA 02052 Gale Associates (Design Firm) Mr. Brian Neely 40 Locke Street Haverhill MA 01832 Callahan, Inc. (GC) Mr. Steve Murphy 320 Narragansett Park Drive East Providence RI 02916 Parker Thompson (GC) Ms. Tammy Borges 144 Turnpike Road, Suite 230 Southborough MA 01772 1PI Construction Services (GC) Mr. Mark Theriault 675 Massachusetts Ave Cambridge MA 02139 Cambridge Housing Mr. George Gannon 293 Bourne Ave Rumford RI 02916 New England Construction (GC) Mrs. Jen Mathews 400 Atlantic Avenue Boston MA 02110 Page Building Construction (GC) Mr. Rossano Giugnale 160 Goddard Ave Brookline MA 01238 1. Cal nan & Associates (GC) Mr. Joe Meyers Y Important., If Applying for General Building Construction, list the C.M., G.C., CM, GC, Designer CM, GC, CM, GC, Designer Zip three largest sub -trades Sub -trade 1 Contract $ Sub 2 Category Designer Street Address CM, GC, Designer City Designer Code you subbed out and/or Amount -trade Telephone State self -performed and include contract costs for each. Sub -trade 1 (781) 000-0000 456 Elm Street Anytown MA 01567 Plumbing $400,000.00 Electrical 617-285-3510 73 Oak Street Canton MA 02021 Masonry $421,530.00 Waterproofing 401-434-0112 293 Bourne Ave Rumford RI 02916 781-335-6465 PO Box 890189 Weymouth MA 1 02189 Waterproofing $200,945.00 Masonry One Jewel Drive, Suite 781-935-5600 321 Wilmington MA 01887 617-285-3510 73 Oak Street Canton MA 02021 Masonry $421,530.00 Waterproofing 33 Center Street, 2nd 781-273-1537 Floor Burlington MA 01803 Masonry $88,442.00 Structural Steel 617-413-4928 P.O. Box 1068 Brockton MA 02303 Masonry $69,740.00 Waterproofing 617-720-7127 195 State Street Boston MA 02109 Masonry $62,905.00 Site Work 508-540-0075 189 Main Street, Falmouth MA 02540 Masonry $163,972.00 Waterproofing 781-721-4000 400 Unicom Park Woburn MA 01801 33 Center Street, 2nd 781-273-1537 Floor Burlington MA 01803 Asbestos Removal $23,600.00 Finish Carpentry 516 East Second Street, 617-268-4400 Unit 29, Suite 610 South Boston MA 02127 Site Work $27,875.00 Historical Masonry 781-740-4292 22 North Street Hingham MA 02043 617-864-3020 675 Massachusetts Ave Cambridge MA 02139 781-335-6465 163 Libbey Parkway Weymouth MA 02189 Masonry $104,941.00 Doors & Windows 508-279-0012 80 First Street Bridgewater MA 02324 320 Narragansett Park 401-427-8524 Drive East Providence RI 02916 144 Turnpike Road, Suit 508-263-7535 230 Southborough MA 01772 617-864-3020 675 Massachusetts Ave Cambridge MA 02139 401-434-0112 293 Bourne Ave Rumford RI 02916 781-341-0004 250 Bailey Street Canton MA 02021 F617-801-0200 1 1250 Hancock Street Quincy MA 02169 I Sub -trade 2 Contract $ Amount Sub -Trade 3 Category Sub -trade 3 Contract $ Amount $300,000.00 HVAC $250,000.00 $48,825.00 Roofing $47,375.00 $101,830.00 Roofing $9,200.00 $48,825.00 Roofing $47,375.00 $15,650.00 HVAC $7,600.00 $16,690.00 Structural Steel $9,500.00 $26,300.00 Foundations $14,200.00 $10,122.00 Structural Steel $5,750.00 $55,250.00 Doors & Windows $41,850.00 $42,325.00 Waterproofing $19,422.00 $44,960.00 Roofing $27,690.00 I Certification (notarization required) The undersigned, Lisa I Hig ig ns hereby certifies: (type name) That I am an owner or principal of Thompson Waterproofing, Inc. , (company name) and that all answers and all statements contained in the attached application (including Sections F and G) for certificate of eligibility are complete, true and correct. Providing false or misleading information or failure to provide all required information will be considered grounds for denial, decertification and/or debarment. I attest to the accuracy of all information contained in this application and verify that the information submitted is in fact complete, accurate and true, under oath. Signed and Sworn under the Pains and Penalties of Perjury. Dated at This 29th day of July. 2011. Z r By (signature): Type name: Lisa J. Higgins Title or position: President i ) 1 (county) (state) Before me, T _ ti �_�w ,personally appearedand (notary public) known to me to be,based (name of officer) -' on satisfactory evidence which was his/her driver's license and acknowledged that lie/she is authorized to execute the foregoing and that its execution is his/her free act and deed and the free act and deed of the firm. (notary public signature) i (print name) My commission expires: **Upon completion of this Application and the %vo corresponding Excel spreadsheets, save and email them to CertificationApr)lication.dcam(a�state.ma.us ** Page 16 of 16 Prime/General Revised March 2011 Computer TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 NORTf{ O�tt4eo 69N Raymond T Santilh = A Assistant Town Manager ; ��SSACHUSE��y November 2, 2012 Ms. Mary Ellen Card, President Folan Waterproofing & Construction Company 795 Washington Street South Easton, MA 02375 Dear Ms. Card: TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Stevens Estate Masonry Repairs" issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, 8 Sia Raymond T. Santilli Assistant Town Manager Enclosure BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Folan Waterproofing & Construction Co., Inc. 795 Washington Street, South Easton, Massachusetts 02375 and the International Fidelity Insurance Company of 800 Hingham Street, Suite 205S, Rockland, MA 02370 as Principal, hereinafter called the Principal, , a corporation duly organized under the laws of the State of New Jersey , as Surety, hereinafter called the Surety, arc.held and firmly bound unto Town of North Andover, Town Hall , 120 Main Street, North Andover, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of 5% of Bid Amount Dollars ($ 5% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Stevens Estate Masonry Repairs NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of 7%A Witness October 2012 Folan Waterproofing & Construction Co.. InLseal.) Principal Mary Ellen Card, President Title Internati t Witness By Ellen J. Y urance Compan Fact Stevens Estate Masonry Repairs North Andover, MA FORM OF GENERAL BID To the Awarding Authority: Kang Associates, Inc. September 19, 2012 A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered 1 C. A proposed contract pricee is: �[ /� �` 00 _TA silj"ikdollars ($ E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. Octnher 3, 2012 Folan Waterproofing & Construction Co.,Inc. Date (Name of General Bidder) By: PRESIDENT Signatureon Title Person Signing Bid Incorporated: 795 Washington Street Massachusetts Business Address South Easton, MA 02375 City and State FORM OF GENERAL BID - 1 Stevens Estate Masonry Repairs Kang Associates, Inc. r North Andover, MA September 19, 2012 GENERAL BIDDER'S CHECKLIST: Addenda Recognized Bid Deposit Certificate of Corporate Bidder DCAM Eligibility Update Statement Certificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date October 3, 2012 Mary Ellen Card, President Folan Waterproofing & Construction Co.,Inc Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Mary Ellen Card , authorized signatory for Folan Waterproofing& Construction Co. , Name of individual Name of contractor Inc. do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signa re October 3, 20I2 Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Mary Ellen Card, President Print Name & Title Date October 3 2012 Folan Waterproofing & Construction Co.,Inc. Company Name Stevens Estate Masonry Repairs North Andover, MA Clerk CERTIFICATE OF CORPORATE BIDDER Kang Associates, Inc. September 19, 2012 certify that I am the of the corporation named as Bidder in the Bid Form, and that Mary Ellen Card who signed the Bid Form on behalf of the Bidder was then the President of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal October 3, 2012 Date CORPORATE BIDDER - 1 DEVAL L. PATRICK GOVERNOR The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital. Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel. (617) 727-4050 Fax: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE TIMOTHY P. MURRAY CAROLE CORNELISON LIEUTENANT GOVERNOR COMMISSIONER First Amended and Restated Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 0018 This Amended and Restated Certificate Shall be Used for Submitting Prime/General Bids Only The prior Certificate of Contractor Eligibility with an Approval Date of 5/24/2012 is hereby superseded, amended and restated by this Certificate with changes to the information contained in the following Section(s): 6, 1. CERTIFICATION PERIOD: This Certificate is valid from 5/24/2012 to 5/24/2013 2. CONTRACTOR'S NAME: Folan Waterproofing & Construction Co., Inc. 3. CONTRACTOR'S ADDRESS: 795 Washington St. South Easton, MA 02375 4. WORK CATEGORIES: This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, ❑ Alarm Systems LAsbestos Removal ❑ Deleading ❑ Demolition ❑ Doors & Windows ❑ Electrical [] Electronic Security Systems 5. EVALUATIONS: 6. PROJECT LIMITS: 7. SUP Chapter 149A and Chapter 25A in the following checked Categories of Work: ❑ Elevators ❑ Energy Management Systems ❑ Exterior Siding ❑ Fire Protection Sprinkler Systems ❑ Floor Covering C General Building Construction -Z] Historical Building Restoration G Historical Masonry Lj Historical Painting ❑ Historical Roofing ❑ HVAC C Masonry ❑ Mechanical Systems E] Modular Construction/Prefab Number of Projects Evaluated: 33 Average Project Evaluation Rating: 91 Wi Painting ❑ Plumbing u Pumping Stations [_ JJ Roofing ❑ Sewage & Water Treatment Plants ❑ Telecommunication Systems W- Waterproofing Number of Projects Below Passing Score: 0 Single Project Limit (SPL): $2,556,000.00 Aggregate Work Limit (AWL): $10,000,000.00 General Building Construction Limit: N/A OFFICE S_ TION: Woman Owned Business Enterprise 2 Approval Date 6eya S. Bernstein, heputy General Counsel, for Carole J. Cornelison, Commissioner NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timetv mou result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initia ap - 0 EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have -read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. Bid a e . Project Number (or name if no number.)', Awarding Authority Folan Waterproofinq&Construction Co. Inc. Print Name of Prime/General Contractor 795 Washington St. South Easton, MA 02375 Business Address 508-238-6550 Telephone Number SIGNATUREb Bidder' uthorized Representative Division of Capital Asset Management Page I of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, WA and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projected listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Sten 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Drima((.'nncrol (`nnfrnr4nr I Inrinfa (Zfnfammnf Fffarrthta Mnrrh Rn 7n1n rov G� 0 c O iu N M. N 3 o 3 O cr N M C _:3 a m� �3 CD � O ♦ V `^V m X "7 CD 0 0 c� 0 CA)CD ., o -� 0 O < O C3 CD . m Cl) o CD :3 -U0 � E CA) 0 0 _0 3� v, o CD CA) �v o ((DCD v N Q 0 o 3 CD r4• ai CD CL 0 0 CD cnO c a m v 0 v Q 0 N N 3 fD N CD m W t. om>E: DGS- -I Kn> 0- OC 0Z 03 --10 O C� C Z C -< ZC XIX -00 O�- ;�m --I C r -M4 � pG)Z CT U)�O mc`m 00O �Cl) 000 Dm X ,i OZK z = zo> 0 ch 01,� D0 �m-ro Ozm rr-00 :O 0 Z M>O OKm M � m oho Ojj> -IDm Dm0 �O n n r cu 2 v 3 v 2 Z 3 m 0 0 a u =r C- `m n 0 N O =r O -_i r 00 � 0 (A 0 O c 0 cQ m v °=r n o CD co 0m v 90 3 w �' O m m o =r B o 0 -00 D -� O =r p Z CD C.0 Z 0 0 CD o o Q° y o CD N o o w m `� m a v a� o _0 o m m o �mO CD ° A ° O! O o O to - f0 0 (fl 0 C O ;l CD ca O UL Z1 0ca cQ .» 90 90 90 90 .69O N CD 00 CO w co v 4 $ -� OD o toUl 00 D n -1 O O O N a? C) n m CO D 0 0 0 0 0 co o v oo -4 oo p 4 m n N -4 0)D �° o 0o o °rm m m v om>E: DGS- -I Kn> 0- OC 0Z 03 --10 O C� C Z C -< ZC XIX -00 O�- ;�m --I C r -M4 � pG)Z CT U)�O mc`m 00O �Cl) 000 Dm X ,i OZK z = zo> 0 ch 01,� D0 �m-ro Ozm rr-00 :O 0 Z M>O OKm M � m oho Ojj> -IDm Dm0 �O n LU Z O C) LLJ F- J F— W Ct CL W J 2 O UQ W O W O Q O LLz W Z W W LL 'W V >Z O J D uj W Q F- a W D 00 OW as (p M U-) M 00 Lo 0 O CO Do q O (O � CO 00 to O O O 00 Lo O 0 O 00 00 O O O tU N in CO CD O g 0 O M O (O Ln M MLO CO M 00 LO Co M Co M 00 LO Co N o0CO 00 - 00 M (O Co 6 Co L6 011' (O (p 00 Co to Co Lo M Co Cl) to M L6 M o0 M (p M M M 6 Co E (A Co N Cn c� O V1 cA C � t- (n � t0 r ti V- 00 O Co O DO O r' O r- e- r Co O r- V- N � o0 O � tl .--, 00 O e- � r- 00 O CO CO to 0 Lo 'I c0 CO U) Co CO ow >® CO Lo CO � Lo m c°o mo otS Co mT o = m° U Q. "J c° L ..0 M° Q N CL 0O a. o o� U- U E T� F- N '" °, Q oO LL U o� LL C E (n LL Z (n o LL L'E w c +=_+�' Y w Y c� o c� = Q c� c C6 p X .� w.0 m > c > A m ni m wo m N Z O N = 0 0 m o r- cc 0 ca= C O 002 p N 0 O (D 0 00.Q oM 03v z= N O fn o z L �.0 z N Q z c .0 L +_� N z >+C U L U- Q.V m m E 0 -C_ c E n3 ns L E c � 4) N> o m UL `~ O >' O c C9 SO >> C= m -0 'rn N 0Ofl c E 0 0 >, ° 20 a 0 y- 0 W J ° W F- m` c c c c c O U U U U U O O O O O uJ U U U U U L L F- c c o c c o c U U U U � Q 0 U F- Lo c a 06 (n 06 ° OSS ,� �' 06 Z O c c O '`- c v Q c o a� E c o o c U Q W- °ol O 4= ..; m +.= = N i«= .c w m C 6 c O �m L O 5 O 0a � ou) cc OW rn o .N L Y Vi � C W L O O m L N V c Co L V W Q. L CW O 0 Q Cu OL mCl; = Q VC 0) O �+ m° W m L (O C N _ Off cc > c Q U C o a o._ cu E= o c o 0 0 0 0 a 0 Ca 0 } m -J LL U Co m Q U LL (� W LL M LL LL m LL LL Z 6� & & & X z z M z w z w z W z O3: Z W U�: z W U3: z W U3: z W U3: z W U3: z W U UO o (90 o (90 D (90 o (90 o (70 o (7 W rn o ° °O O OL U ) U F- c c W ° 0 Cn U C C av z = L � U � N A f6 L N O C yL+ O o Q L U O N M O N (7 v co 4) �r L E c� O V1 C � c 0 z -c z U 3� OC o O o N �C O w O = W > W rn } C } c CL Cu o >® _® U a ca otS E o U Q. C O L ..0 M Q o 00 CL 0O N '" U (B O � L c O A>% o O L'E O N +=_+�' Q. O = O v C6 N X .� CQ L m > c > A O ni o bO W O N NL i = ° N0 r- CcN ca= C O r_+ N (D E p N to O U O (D > 00.Q O,O 03v C O N O fn C > W L �.0 M 0 N Q O O c .0 L +_� N N O >+C U L 3 C Q.V m m E 0 -C_ c E n3 ns L E c � 4) N> o m UL `~ O >' O c C9 SO >> C= m -0 'rn N 0Ofl c E 0 >, ° 20 a 0 y- 0 z V Q J z D U N Q a W z (!J Q 2 U- 0 W Uz Om W 0 CL U zY �0 U� 0w U= z 1 L m0 z W O= 0 Z LL QO z co J mQ WQ > W ao 0 Q� U m0 CL v J U) 0 :iU LL W a (J LL F- OD 0 o pp p 0 O O 0 cm NO J� LO coY8 N O �a +SCO Qp ° CIL OJ03:r- .V aD O N O Z �O N a 6 � N m L 3 :3 -.E o N 75 LL (D�- .0 ++ U N .60 N owc 3 N f0 > Q C U Co W Q N C C w a) L co Mo a O � z ) E m r E m a r v7 O r- 0 0 V W - C a� -- m 0 N y O a) N zU LL Lu OOi.._ O O oN p O o o • • wz� 8 ; o u; 00 N `�'- I,- �Yax Q co v N T- � >00- O N �Iq �. tqW E- W0 -1 \ c \LO c CO Z o. o N to CD LO m o O U F- oo po 0 p 0 p 0 o N LO N U') O Q 0 M M f" M (0 M � U') Oa rn � v � 04 U ea v+ W J ^ d D r_ 0 Q)} N N (1) N } N } Ow = a) v C) O p p C) O W-' W W Nr `- 0 M Q�� Ob 0 - 0 00 (1)Q0 0 OD T C14 O r in LO � w C , 0 �G 3 N Q' 0N O Y O cn o O U)o O a U O W � �¢ ; a m U aa) 06 U 0 06O O _ O O O N O _N � O m a) U c r-0 U rU Q ULU 4. _ (D OJ N z N O O a) O w O U Q N CL m m N m O N M cN 0 M O O O O -- O U� O cc LLO 1� Y O Us Li. Z 0 W W J CL2 0 z JIJ U- 0 J W J z m � o LO 0 cm Ew a 0 a� a) • O U a � N m L 3 :3 -.E o N 75 (D�- .0 ++ U N .60 N Na. 4 N f0 > Q C U $ W C C w a) L E co Mo a L' o a E m r E m a r v7 O r- 0 0 V C a� -- m 0 N y O a) N zU E U • • o c oo c N� E �c oa U QU W O LL O Q O LLZ U W W LL w C� _Z 0 zi D LLi wQ Z. a. Wp Ow L i O o (0 (0 LO N LO C a) p N O M M �; N O '47 O � � 9 CP 9T cM N N CC%4 Iq NM L O 000 v v M O Z co M N r CV NCO O M CO f- f� N(9 CV q 3El c 0 c �� j -u f� `-- co ti O O r- T a0 O w0) 00 o— f` h f'- T o CO r. CC) CO ti H CO 40 (O (D to cfl O (D , (o (0 .2- O A) a) m ( cu O O O o (a > U C6 � N 3 o C: o - ,c U c (a L O N c >, "� CL 3 c _ Q Ia a) J J L 0 w� O ca c U- 0 L Y CO L (D > vim > >= O c -0. o E p Z_ 0 CO)aa) U v m L O o E m ��� a cu c �_ Lm cn n O o O O -0 — a c Q �Cc we o -lidLo �- a) O c 'O Ca o uNi cLo o �`' � o � ,, O U OZ m� s = c o m.Q L � c oc L Z a)m qac c C� m c o w E a�o7r- >O, U a) L U O Q d , m 0 o c a a m CL CU F-' o a� F- F- c c Z O U U CA c c O O w a. w ccO c {" d a N N N ` U 0 0 a. av s IZQ— U c � J ca ) m Um Uc 'C O N O E c r= L N c 4= O c c O c O U U O a c m o o aci °o o (V w r u0i O (0 L- U L c 4: L m a) c L N a) O 2 O ..+ � tD �, N U c O w a'40 a) U U 0' N N c C0 0 L- ¢ U L- L a) Q¢ p" 1 c 2 Z .a = c U = o = LL Y o N Zm o c= v o Q off' 3 aNi U >- 2� U I- W U ¢ LL L Z LL = cn 0 o O Z & d z a � z W z z X z W z �z O z 0 z z(9 z 0 z O� w ivy w �i � w �i � w tv� w �: w v U O 0 c9 O o c9 O o CD 0 0 0 O o C9 O o C9 c J a a -a -60 O 0 O ° coU .r- E 41 F— O c O t: O O L O wa a° r. 2 Z .0 U O a S w J L C) n f/i O a� Q 0 m N L i O o O L C a) C) W C O c E o c O O Z tZ U 3El c 0 c �� j -u 0 N �w � (0 � `) =w >w w0) ?- >- c a o c® �® U £ ocy V �. A 4- .2- O � fl cC C. L a) o � U � (a C: o c o N p E "� CL 3 LL M CO) � a) L� c c mo 0 m ca CQ X E ,c CO L (D > vim > >= O c -0. o E p w 0 Mcu co c 0 0)c L O E m ��� a cu c �_ Lm cn n N o rn cc >'c O -0 — a c Q c� �Cc we g� > �- a) J- o c 'O Ca o m a> uNi cLo o c4 E o ,, O U 0 -cu m� s = c o m.Q L � c oc L �o a)m qac c C� c E O a - >O, U a) L U O Q y..I , PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for . Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or. other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of your ❑ projects resulting in their inability to return to work for a period in excess of one ear? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen Property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) VER NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ N officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulatin the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any publicprojects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ Z administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your film been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Noreen P. Folan Vice President & Chief Field Manager Patrick J. Folan,III Executive Manager Frank Gagliardi Project Manager Jarlath O'Hanlon Superintendent PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 FOLAN WATERPROOFING & CONSTRUCTION CO., INC. INDUSTRIAL WATERPROOFING CONTRACTORS TeL 508-238-6550 795 Washington Street Fax 508-238-9425 So. Easton, MA 02375 e-mail folanh2o@aoLcom *1 TUTtE Website: www.folanwaterproofing.com MS. NOREEN P. FOLAN IS VICE PRESIDENT AND CHIEF FIELD MANAGER OF FOLAN WATERPROOFING & CONSTRUCTION COMPANY. SHE HAS THIRTY-FOUR YEARS FIELD EXPERIENCE ON MASONRY RESTORATION, REPOINTING, SPECIALTY HISTORIC BUILDING RESTORATION. SHE HAS ATTENDED SMU AND WENTWORTH INSTITUTE OF TECHNOLOGY. NOREEN IS WELL TRAINED WITH CLEANING PRODUCTS AND PROCEDURES. HER SPECIALTY FIELD IS REPOINTING, BRICKLAYING, CAULKING DAMPPROOFING, EPDXY INJECTING AND CEMENT MASONRY. SHE IS A MEMBER OF MASONS LOCAL #3 AND THE ASSOCIATION FOR PRESERVATION TECHNOLOGY (APT) AND THE CONSTRUCTION SPECIFICATION INSTITUTE. NOREEN HAS COMPLETED A SIKA APPLICATOR COURSE AND A PROGRAM WITH RESTORE PRESENTED BY THE MASONRY RESTORATION INSTITUTE. SHE HAS ALSO COMPLETED A SAFETY SEMINAR AND BEEN CERTIFIED BY OSHA AND IN THE USE OF AERIAL LIFTS. SHE IS A MEMBER OF THE ASSOCIATED GENERAL CONTRACTORS (AGC) NOREEN ALSO HAS A RIGGER'S LICENSE, A BUILDERS LICENSE AND A STATE CONSTRUCTION SUPERVISOR LICENSE. SHE HAS ATTENDED THREE SEMINARS OF THE LABOR GUILD. NOREEN IS A MEMBER OF B.S.A. (BOSTON SOCIETY OF ARCHITECTS) AND HAS ATTENDED THE CERTIFICATION WORKSHOP FOR THE STATE OFFICE OF MINORITY AND WOMEN BUSINESS ASSISTANCE. NOREEN HAS SERVED AS SECRETARY & TREASURER OF THE MASON CONTRACTORS ASSOCIATION OF MASSACHUSETTS. PATRICK J. FOLAN III IS EXECUTIVE MANAGER OF OUR MASONRY AND WATEPROOFING DIVISION. HE IS A MEMBER OF LOCAL #3 AND A GRADUATE OF SUFFOLK UNIVERSITY WITH A MASTERS IN ACCOUNTING. HE HAS HIS CONSTRUCTION SUPERVISOR'S LICENSE. AND HAS BEEN CERTIFIED BY THE SCAFFOLD INDUSTRY(SIA) IN JOB AND SCAFFOLD SAFETY. HE IS A CERTIFIED INSTALLER OF JAHN. HE SPECIALIZES IN ALL ASPECTS OF CONTRUCTION MANAGEMENT AND SUPERVISION. HE HAS ALSO COMPLETED A SAFETY SEMINAR AND BEEN CERTIFIED BY OSHA AND IN THE USE OF AERIAL LIFTS. FRANK GAGLIARDI JR IS A PROJECT MANAGER AND A GRADUATE OF NORTHEASTERN UNIVERSITY. FRANK IS A CIVIL ENGINEER AND HAS BEEN A PROJECT SUPER AND PROJECT ENGINEER FOR THE PAST SIXTEEN YEARS. HE IS A MEMBER OF LOCAL #33 CARPENTER FOR THE PAST TWENTY-TWO YEARS. HE SPECIALIZES IN CURTAIN WALL CONSTRUCTION. HE HAS ALSO COMPLETED A SAFETY SEMINAR AND BEEN CERTIFIED BY OSHA AND IN THE USE OF AERIAL LIFTS. JARLATH O'HANLON IS A SUPERINTENDENT IN OUR MASONRY & STONE DIVISION. HE IS A MEMBER OF LOCAL #3. JARLATH HAS WORKED FOR OUR COMPANY FOR THE PAST FOURTEEN YEARS. HE SPECIALIZES IN MASONRY CONSTRUCTION, WATERPROOFING, FLASHING, REPOINTING, STONE PINNING AND REPAIR. BEFORE COMING TO THE UNITED STATES JARLATH SERVED HIS FIVE YEAR APPRENTICESHIP IN IRELAND. HE HAS ATTENDED SEMINARS ON CLEANING PROCEDURES, STONE PATCHING AND STONE PINING. HE HAS ALSO COMPLETED A SAFETY SEMINAR AND BEEN CERTIFIED BY OSHA AND IN THE USE OF AERIAL LIFTS. Women Business Enterprise •® S 0 M W B A Certified MAq. nNRv RFSTnRATinN AND WATERPROOFING CONTRACTORS -CONSULTANTS Q ; Completed Projects List all building construction projects of at least $80.000, which your firm has completed within the past five years or the twenty most recent projects completed within the past five years that are at least $80,000. Do not list projects with contract values less than $80,000. Information on randomly selected projects is not acceptable. Note: when listing requested Categories of Work, refer to categories from page 9 of this application. List all relevant categories of work that your firm performed with its own employees for each project. With respect to single contracts involving multiple categories of work, provide a dollar breakdown attributable to each category listed. Do not list highway, bridge, tunnel, sewer, site work, or other horizontal projects that do not involve buildings. Attach additional sheets, if necessary. Project Title:St. James the Greater Church Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) General Bldg. Const. $370, 000.00 Category 2) Historic Bldg Rest. $278, 000.00 Category 3) Category 4Historic Painting $85.000.00 Total Contract Amount: $954.750.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Lead Paint Abatement $33,300. 00 2. Stain Glass Restoration $18,000.00 3. Staging $80.000.00 Project Location (city & state):Haverhill, MA Start / End dates:8/1/2007/ 6,11/2008 Owner:Archdiocese of'Boston Contact Person:Mr. Peter Silva Telephone Number: 617- 746-5663 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer N (check one) Name of Firm:Design Partnership Contact Person:Mr. Angelo Pettrozelli Telephone Number: 9 78-3 72-9400 Complete Mailing Address:85 Brockton Avenue on Pentucket Lake Haverhill, MA 01830 Page 23 of 36 Prime/General Revised January 2009 Computer 2. Project Title:St. Patrick Church Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) General Bldg. Const. $220,270.00 Category 2) Masonry $149,040. 00 Category 3) Painting $83, 000.00 Total Contract Amount: $550.410.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Pigeon control $12.900.00 2. Louvers $23, 000.00 3. Railings $31.000.00 Project Location (city & state):Roxbury, MA Start / End dates: 111/2007/ 7/1/2008 Owner:Archidiocese of Boston Contact Person:Mr. Peter Silva Telephone Number: 617-746-5663 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer N (check one) Name of Firm: Chancery Engineering Contact Person:Mr. Rafak Ayoub Telephone Number: 617- 746-566 7 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 G. Completed Projects (continued) 3. Project Title: Unity Church Phase I& Ill Enter all appropriate Categories) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Historic Painting $97,000.00 Category 2) Historic Masonry $123,148.20 Category 3) Waterproofing $8,745. 00 Total Contract Amount: $228.893.20 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Roofing $44,444. 00 2. Pigeon Control $Z900.00 3. $ Project Location (city & state):North Easton. AV Start / End dates: 6/1/200 7 / 5,1112008 Owner: Unity Church Building Trustees Contact Person:Ms. Ellen Dehm Telephone Number: Complete Mailing Address: 13 North Main Street North Easton, MA 02356 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:James Thomas Architects Contact Person:Mr. James Thomas Telephone Number:508-631-2987 Complete Mailing Address: 100 Canton .Street North Easton, MA 02356 Page 24 of 36 Prime/General Revised January 2009 Computer 4. Project Title:Boston Police Area D-14 Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Masonry $495,777.30 Category 2) $ Category 3) $ Total Contract Amount: $495,777.30 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brighton, MA Start / End dates: 1-21112006 / 5/1/2008 Owner:City oJ'Boston Public Facilities Contact Person:Mr. Wayne MacKenzie Telephone Number: 617-635-4100 Complete Mailing Address:One City hall Plaza Boston. MA 02201 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:GVW Inc. Contact Person:Mr. Steve Defrllippio Telephone Number: 617-567-6000 Complete Mailing Address: 1200 Bennington Street East Boston, MA 02128 G.' Completed Projects (continued) 5. Project Title:Twin Schools Elementary Colonel Bell/Quincy Street Enter all appropriate Categories) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Waterproofing $797,947.00 Category 2) $ Category 3) $ Total Contract Amount: $797,94,'.00 If applying for General Building Construction. list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brockton. MA Start / End dates:4/1/2007 / 2/1/2009 Owner:City of Brockton Public Schools Contact Person:Mr. David Kimball Telephone Number:508-580-7577 Complete Mailing Address:City Hall 45 School Street Brockton. MA 02301 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Bacon Construction Company Contact Person:Mr. Russ Treen Telephone Number:401-435-4848 Complete Mailing Address:243 Narragansett Park Drive N. Providence, RI Page 25 of 36 Prime/General Revised January 2009 Computer - 6. Project T itle:Rumney Marsh Academy Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Waterproofing $369,000.00 Category 2) $ Category 3) $ Total Contract Amount: $369, 000.00 If applying for General Building Construction. list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Revere, MA Start / End dates:3/1/2007 / 11/1/2008 Owner:City of Revere Contact Person:Marie Zelandi Telephone Number: 781-286-815 7 Complete Mailing Address: 15 Westminister Avenue Revere. MA This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:GVW Inc. Contact Person:Mr. Bob Harukewicz Telephone Number: 617-56 7-6000 Complete Mailing Address:1200 Bennington Street East Boston. MA 02128 Q Completed Projects (continued) 7. Project Title:St. Mary's Church Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) General Bldg. Const. $200.000.00 Category 2) Masonry/Bldg. Restoration $219,900.00 Category 3) Painting $89,500.00 Total Contract Amount: $509.400.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Roofing $21.400.00 2. $ 3. $ Project Location (city & state):Franklin, MA Start / End dates: 7111200 7 / 51112008 Owner:Archdiocese of Boston Contact Person:Mr. Peter Silva Telephone Number: 617-746-5663 Complete Mailing Address:66 Brooks Drive Braintree. MA 02184 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Chancery Engineering Contact Person:Mr. Raft Ayoub Telephone Number: 617-7.6-5667 Complete Mailing Address: 66 Brooks Drive Braintree, MA 02184 Page 26 of 36 Prime/General Revised January 2009 Computer 8. Project Title:Silver Lake WTP Enter all appropriate Categories) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Masonry $363, 000.00 Category 2) Waterproofing $75.335.00 Category 3) $ Total Contract Amount: $438,335. 00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brockton. MA Start / End dates:9/1/2007 / 11/1/2008 Owner:City of Brockton DPW Contact Person:Mr. Michael Thoreson Telephone Number:508-580-7135 Complete Mailing Address:3rd f oor Brockton City hall 45 School Street Brockton. MA This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Barletta Engineering Corporation Contact Person:Mr. George Volpicelli Telephone Number: 781-821-6222 Complete Mailing Address:40 Shawmut Road Suite 200 Canton. MA G. Completed Projects (continued) 9. Project Title: Terminal E Logan Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Waterproofing $391,124.00 Category 2) $ Category 3) $ Total Contract Amount: $391.124.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Boston, MA Start / End dates: 111112005 / 61112008 Owner:Massport Contact Person:Craig Coy Telephone Number: 617-568-3900 Complete Mailing Address:One Harborside .Drive East Boston, MA This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:SKANSKA Contact Person:Mr. James Kraft Telephone Number: 617-561-0760 Complete Mailing Address:] Neptune Court East Boston, MA 02128 Page 27 of 36 Prime/General Revised January 2009 Computer Y I O.Project Title: Wenham Town Hall Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Masonry $209.255.78 Category 2) $ Category 3) $ Total Contract Amount: $209.255.78 If applying for General Building Construction. list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state): Wenham, MA Start / End dates: 12/1/2006 /5/1/2008 Owner: Town of Wenham Contact Person:Mr. Charlie Brett Telephone Number: 9 78-468-5522 Complete Mailing Address: 138 MainStreet Wenham, MA 01981 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Barr Inc. Contact Person:Mr. Mike Finnagan Telephone Number:203-562- 2007 Complete Mailing Address:353 Pomfret St. PO Box 390 Putnam CT 06260 G. Completed Projects (continued) I I -Project Title:Wellfleet Fire Station Enter all appropriate Categories) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Waterproofing $102.000.00 Category 2) $ Category 3) $ Total Contract Amount: $102,000.00 If applying for General Building Construction. list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Wellfleet, MA Start / End dates: 12/1/2007 / 12/1/2008 Owner: Town of Wellfleet Contact Person:Rex Peterson Telephone Number:508-349-0349 Complete Mailing Address:300 Main Street Wellfleet. MA 02667 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Bufree Building Company Contact Person:Anthony DiGiantommaso Telephone Number:508-997-5357 Complete Mailing Address:193-R Pope's Island New Bedford, MA 02740-7252 Page 28 of 36 Prime/General Revised January 2009 Computer 12.Project Title:St. Agnes Church Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) General Building Const. $464,725.00 Category 2) Hist. Bldg. Rest. $220.240.00 Category 3) Historic Masonry $99,360.00 Total Contract Amount: $88.4,325. 00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Stone Works $58.900.00 2. Staging $23,500. 00 3. Demolition $34,300.00 Project Location (city & state):Arlington, MA Start / End dates:5/1/2005; 8/1/2006 Owner:Archdiocese of Boston Contact Person:Mr. Peter Silva Telephone Number: 617- 746-5663 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Chancery Engineering Contact Person:Mr. Peter Silva Telephone Number: 617- 746-5663 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 Q . Completed Projects (continued) 13 -Project Title:St. Marie's Church Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Historical Masonry $351,737.66 Category 2) General Bldg. Const. $345.000.00 Category 3) $ Total Contract Amount: $696,73 7. 66 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Staging $34.000.00 2. Demolition $18.000.00 3. Electrical $14,400.00 Project Location (city & state):Manchester, NH Start / End dates:4/1/2004 / 2111-2005 Owner:Diocese of Manchester Contact Person:Mr. Ray Clemeente Telephone Number: 603-669-3100 Complete Mailing Address: 153 Ash Street Manchester. NH This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Structures North Contact Person:Mr. John Wathne Telephone Number: 978-745-6617 Complete Mailing Address: 192 Essex Street Salem. MA 01970 Prime/General Revised January 2009 Page 29 of 36 Computer 14.Project Title:Brighton High School Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) General Bldg. Const. $268,900. 00 Category 2) Hist. Bldg. Rest $124, 000.00 Category 3) Masonry $196,978. 00 Total Contract Amount: $589.878.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: I . Landscaping $26, 000.00 3. $ Project Location (city & state):Brighton, MA Start / End dates:8/1/2005 / 9/1/2006 Owner:Ciyt of Boston Schools Contact Person:Mr. Robert Roy Telephone Number: 617- 635-8300 Complete Mailing Address:26 Court Street Boston, MA This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ® (check one) Name of Firm:Engineering Dept. Contact Person:Mr. Eli Semaan Telephone Number: 617-635-8300 Complete Mailing Address: 1216 Dorchester Avenue. Dorchester. MA 02125 G• Completed Projects (continued) 15 -Project Title:Boston Medical Center Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Waterproofing $ 723.339.00 Category 2) $ Category 3) $ Total Contract Amount: $723.339.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Boston. MA Start / End dates: 7/1/2004 / 71112006 Owner:Boston Medical Center Contact Person:Mr. Jeff Lousier Telephone Number: 617-441-0016 Complete Mailing Address:818 Harrison Avenue Boston. MA 02118 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:R.F. Walsh Company Contact Person:Mr. Mike Crowley. Telephone Number: 617-414-001.7 Complete Mailing Address:280 Summer Street Boston, MA Prime/General Revised January 2009 Page 30 of 36 Computer 16 -Project Title:Our Lady of Mount Carmel Enter all appropriate Categories) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Masonry $182, 000.00 Category 2) Hist. Bldg. Rest. $356,140.00 Category 3) Painting $104,000.00 Total Contract Amount: $642.140.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):IVew Bedford, AdA Start / End dates:] 1/112006 /9/1/2007 Owner:Archdiocese of Fall River Contact Person:Mr. Tom Palanza Telephone Number:508-339-7539 Complete Mailing Address:625 North Main Street Mansfield. MA 02048 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Palanza Design Contact Person:Mr. Tom Palanza Telephone Number:508-339-7539 Complete Mailing Address:625 North Main Street Mansfield.. MA 02048 G. , Completed Projects (continued) 17 -Project Title:Holland School Phase 11 Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Historical Masonry $184.304.83 Category 2) $ Category 3) $ Total Contract Amount: $184.304.83 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2• $ 3. $ Project Location (city & state):Dorchester, MA Start / End dates:] 111/2005 / 6/1/2007 Owner:City of Boston Public Facilities Contact Person:Mr. David Billings Telephone Number: 617-635-3880 Complete Mailing Address:26 Court Street Boston, AM This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm: W. T. Rich Company Contact Person:Mr. Brian Santos Telephone Number: 617-46 7-6010 Complete Mailing Address:29 Crafts Street Suite 300 .Newton, MA 02458 Prime/General Revised January 2009 Page 31 of 36 Computer 18.Project Title:St. Edith Stein, Phase 11 Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Historic Bldg. Rest. $108., 000.00 Category 2) Historic Masonry $129,828.00 Category 3) Historic Painting $92, 000.00 Total Contract Amount: $329,828.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brockton, MA Start / End dates:3/1/2006 / 10/1/2006 Owner:Archdiocese of Boston Contact Person:Mr. Peter Silva Telephone Number: 617- 746-5663 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Chancery Engineering Contact Person:Mr. Peter Silva Telephone Number: 617- 746-5663 Complete Mailing Address:66 Brooks Drive Braintree, MA 02184 Completed Projects (continued) 19.Project Title:Nathan Hale School Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) General Bldg. Const $250, 000.00 Category 2) Masonry/Masonry Restoration $286,900.00 Category 3) Painting $95, 000.00 Total Contract Amount: $831.900. 00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each. 1. Windows $273.390.00 2. Roofing $180.000.00 3. $ Project Location (city & state):Roxbuq, MA Start / End dates: 7/1/2007 / 111/2008 Owner:City of Boston Schools Contact Person:Mr. Robert Roy Telephone Number: 617-635-8300 Complete Mailing Address:26 Court Street Boston, MA This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Engineering Dept. Contact Person:Mr. Bob Smith Telephone Number:617-635-8300 Complete Mailing Address: 1216 Dorchester Avenue Dorchester, MA 02125 Page 32 of 36 Prime/General Revised January 2009 Computer 20.Project Title:Keith Middle School Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Waterproofing $488,655.75 Category 2) $ Category 3) $ Total Contract Amount: $488.655.75 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ ?• $ 3. $ Project Location (city & state):New Bedford, MA Start / End dates:4/1212005 / 1011/2007 Owner: 01Y of New Bedford Public Schools Contact Person:Lawrence Oliveira Telephone Number:508-991-6188 Complete Mailing Address:225 Hathaway Blvd. New Bedford, MA This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Agostini Construction Contact Person:Mr. Joe Costa Telephone Number:401-435-4848 Complete Mailing Address:243 Narragansett Park Drive East Providence, R102916 I Certification (notarization required) The undersigned. Afw-r Ellen Card hereby certifies: (type name) That I am an owner or principal of Folan WatMrooffivg & Construction C'ompam Inc.. (company name) and that all answers and all statements contained in the attached application for certificate of eligibility are complete, true and correct. Providing false or misleading information or failure to provide all required information will be considered grounds for denial. decertification and/or debarment. I attest to the accuracy of all information contained in this application and veriA. that the information submitted is in fact complete. accurate and true. under oath. Signed and Sworn under the Pains and Penalties of Perjury. Dated at February F. 009 This 1 "th day of Februarv. 2009. By (signature): � ����� k... Lam. Type name: .Vlar . blen Card Title or position: President Bristol ss. MasRachuRPttg (county) , (state) Before me.._ Mary El len Card .personally appeared and ( notary public) known to me to be President ( name of officer) based on satisfactory evidence which was his/her driver's license and acknowledged that he/she is authorized to execute the foreaoin;� and that its execution is his/her free act and deed and the free act and deed of the firm. ;` ✓�?:- � J-!ff yy- My commission expires: (notary public signature) p•v7r *•1 ! k ( print name) Page 36 of 36 Prime/General Revised January 2009 Computer TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Ms. Theresa Moroso, President Eagle Point Builders Inc 54 Burnham Street Belmont, MA 02478 Dear Ms. Moroso: NOR7H O `4t�eo �e ANO O 9 p�R�TfO �fP`y'(y �9SSACHUS�� November 2, 2012 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Stevens Estate Masonry Repairs" issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, ---0,C4�� Raymond T. Santilli Assistant Town Manager Enclosure CONTRACTOR: (Name, legal status and address) Eaglepoint Builders, Inc. 54 Burnham Street, Belmont, MA 02178 OWNER: (Name, legal status and address) Town of North Andover MA BOND AMOUNT: $ Document A310TM - 2010 Conforms with The American Institute of Architects AIA Document 310 SURETY: (Nance, legal staters and principal place of brrsirtess) North American Specialty Insurance Company 160 Gould Street, Suite 118 Needham, MA 02494 Five Percent of the Attached bid (5%) PROJECT: (Name, location oracldress, and Project number, ifm:y) Stevens Estate Masonry Repairs This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to tic Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that, if the Owner accepts tie bid of die Contractor within the time specified in the bid documents, or within such time period as may be aged to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Pniject and otherwise acceptable to the Ottnher, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to die Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract vvith anotlier party to perfonn the work covered by said bid, then this obligation shall be null and void, otherwise to remain in fiill force and effect. Tlie Suruty hereby waives any notice of an agreement between the Ottmer and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by die Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. Tf this Bond is issued in connection with a subcontractor's bid to a Contractor, The tenn Contractor in this Bond shall be deemed to be Subcontractor and the term Oozier shalt be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bonen conflicting with said statutory or legal requirement shall be. deemed deleted herefrom and provisions confonning to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent. is that this Bond shall be uunstr and as a statutory bond and not as a common late bond. Signed and sealed this 3rd day of October, 2012 (61'itness) (Witness) Eaglepoint Builders, Inc. (Principal) (Seal) North American Specialty Insurance Company (Sure (Seal) Christine B. Gallagher, Atto ney-in-Fact NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL, INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAMES J. AXON, GREGORY D. JUWA, MICHAEL F. CARNEY, WILDER PARKS, JR., PAUL A. PATALANO, ADAM W. DESANCTIS, MICHAEL T. GILBERT, CHRISTINE B. GALLAGHER, BRYAN F. NWA, DAVID A. BOUTIETTE, RICHARD F. CARUSO and REBECCA SHANLEY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." UTV ...f'O/nsGqq��yap°�r1p'SI0NA(�ry Z -�� SEAL n = By Steven Senior Vice S��c4Q:GpRPORVj:sG ' �a m= 1973 P. Anderson, President or Washington International Insurance Company g P y r 2 SEAL J 1% Qrrr.on` & Senior Vice President or North American Specialty Insurance Company a OF lm r: •/'/h�IpIIp11N�\\ tit`s . ct��r� ",_�y�S�U✓R`�j�'aS� By David M. Layman, Vice President oFWnshington International Insurance Company tNfiRmtnarp��y & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this20th day of June , 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 20th day of June 2012 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIALSEAV' �iyr//LQ Ol/ sn DONNA D. SKLENS Notary Public, State of Illinois Donna D, Sklens, Notary Public My Commission Expires 10/0612015 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington Intemational Insurance Company, whicis still in full force and effect. 3n �,hjb�r2 j IN WITNESS WHEREOF,1 have set my hand and affixed the seals of the Companies this day of , 20 � . Jeffrey Goldberg, Vice President &Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company Stevens Estate Masonry Repairs North Andover, MA FORM OF GENERAL BID To the Awarding Authority: Kang Associates, Inc. September 19, 2012 A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered 4-1 C. The proposed contract price is: pi pe H VVrA?'.p=��1�c-�' C t -,H T Tt J 64 p ;,t,a✓t.$ dollars ($ � $`g, o 00. � ). E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. 10%z,liz -��1c o � taut Date (Name of General Bidder) Signature and Title of Person Signing Bid S,t Sw- 4 -w ­A ST Business Address City and State FORM OF GENERAL BID - 1 Kang Associates, Inc. Repairs September 19, 2012 Re Stevens Estate Masonry p North Andover, MA CERTIFICATE OF CORPORATE BIDDER certify that I am the I, C:of the corporation named as Bidder in the .7,CjatZ—,4:) tn.cVZ'01'*So who signed the Bid Form on Bid Form, and that �>('� �'.�_3 of said behalf the Bidder was then theilt corporation and that 1 know his signature; that hialf of said corporation by authority of t s signature tereto is genuine ana that tgo ei n ng bodys duly signed, sealed and executed for and in be Corporate Seal Secretary -Clerk Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. SignaL are Print Name & Title Date 1Q /2.1IZ �Ff C Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I -T e:AZ A authorized signatory for Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Date Signature CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. �:K�Signa Date Fo ,-.a r Company Name Print Name & Title I �`xpcee�rirsP ��� � ��/cGner�ae��/¢dz�c�re w�s8.cl ���ecr,nc� OEVAL L. PATRICK /��a������ GOVERNOR JQI; (G'/7) 727-4050 TIMOTHY P. MURRAY _IEirENANT GOVERNOR Certificate of Eligibility Contractor: EAGLEPOINT BUILDERS, INC. 54 BURNHAM ST. BELMONT MA 02478 This Certificate Shall Be Used For Submitting Prime/General Bids Only JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE CAROLE CORNELISON COMMISSIONER 412- 0840 In accordance with M.G.L. Chapter 149, Section 44D and 810 CMR 4.00, you are hereby certified to file bids under Chapters 149 and 149A in the following categories: Doors and Windows Modular Construction/Prefab Masonry —�! n Historic Bldg Restoration Demolition General Building Construction dGBCs J C Average Project Rating: 92 Number of Projects Evaluated: 22 Number of Projects Below Passing: 0 v -our General Building Construction_ Single Project Limit is: $79400000 Your Single Project Limit (SPL) is: 8929+000 Your Aggregate Fork Limit (AWL) is: $3,646,000 / T ertifl Il / Taran T. Grigsby for Carole J. CcW from, 2/10/2012 to feral CouTel, elison, Comm' sioner Official DCAM rend Extension to: 'same: SPL: GBC SPL: A`VL: Work Category: Address Change: Date i TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 � NORTH q Q `41.t° lbs H° Raymond T Santilli ° : p Assistant Town Manager �SSACHUSES November 2, 2012 Mr. Don Kearney, President Contracting Specialists Inc 453 South Main Street Attleboro, MA 02703 Dear Mr. Kearney: TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Stevens Estate Masonry Repairs" issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosure North American Specialty Insurance Company Manchester, New Hampshire 03101 KNOW ALL MEN BY THESE PRESENTS, That We, Contracting Specialists, Inc. of Attleboro, MA as Principal and North American Specialty Insurance Company, of Manchester, New Hampshire, as Surety, a New Hampshire corporation duly licensed to do business in the State of Massachusetts are held. and firmly bound unto Town of North Andover MA as Obligee, in the penal sum of Five Percent Of Amount Bid Dollars ($ 5% ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Stevens Estate Masonry Repairs NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT OF THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. SIGNED, SEALED AND DATED this 3rd day of October 20 12 North American Specialty Insurance company By: — Gail M Paling, Attorney -in -Fact BND 140 S NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JOSEPH J. LANE, MICHELLE K. BOUCHER, GAIL M. PALING and JUSTIN J. SILVA JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 90' of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." GYtNUTY%o„"uo°SIONq /%.L 5 GpPPOR,jT :G / By j 4 ii i �a°P...Pp ;�oa. r:G Steven P. Anderson, Senior Vice President of Washington International Insurance Company g i SEAL s & Senior Vice President orNorth American Specialty Insurance Company i� Y //i//IflIII11tIt1P\`\\ bSi By i� ••••••. �maaaamnnm� David M. Layman, Vice Prosident of Washington International Insurance Company & Vice President of'North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this20th day of June 12012 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 20th day of June 20_L2. before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. „OFFICIAL SEAL" DONNA D. SKLENS Notary Public, State of Ulinois My Commission Expires 10/0612015 Donna D. Sklens, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this3 - day of OL1' 201 c) - X. ) - X Jeffrey Goldberg, Vice President & Assistant Secretary or Washington International Insurance Company & North American Specialty Insurance Company Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Masonry Repairs, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered C. The proposed contract price is: One Hundred Seventy -Eight Thousand 178,434.00 ). Four Hundred Thirty -Four Dollars dollars ($ E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. October 2, 2012 Date Contracting Specialists Inc (Name of General Bidder) By:� �-- Signature and Title of Person Signing Bid Don T Kearney, President 453 South Main Street Business Address Attleboro MA 02703 City and State FORM OF GENERAL BID - 1 Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 GENERAL BIDDER'S CHECKLIST: X Addenda Recognized X Bid Deposit X Certificate of Corporate Bidder X DCAM Eligibility X Update Statement X Certificate of Non -Collusion and Certificate of Tax Compliance X Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Stevens Estate Masonry Repairs North Andover, MA CERTIFICATE OF CORPORATE BIDDER Kang Associates, Inc. September 19, 2012 Mark A Johnson I, certify that I am the Treasurer of the corporation named as Bidder in the Don T Kearney Bid Form, and that who signed the Bid Form on President behalf of the Bidder was then the of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. g �i K Treasurer October 2, 2012 Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Don T Kearney President Print Name & Title Date October 2, 2012 Contracting Specialists Inc Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Don T Kearney , authorized signatory for Contracting Specialists inc Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. c October 2, 2012 Signature Date F 11 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature, Don T Kearney President Print Name & Title Date October 2, 2012 Contracting Specialists Inc Company Name DEVAL L. PATRICK GOVERNOR The Commonwealth of Massachusetts Executive Officefor Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fay: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE TIMOTHY P. MURRAY CAROLE CORNELISON LIEUTENANT GOVERNOR COMMISSIONER First Amended and Restated Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 1296 This Amended and Restated Certificate Shall be Used for Submitting Prime/General Bids Only The prior Certificate of Contractor Eligibility with an Approval Date of 8/22/2011 is hereby superseded, amended and restated by this Certificate with changes to the information contained in the following Section(s): 1 1. CERTIFICATION PERIOD: This Certificate is valid from 8/22/2011 to 10/22/2012 2. CONTRACTOR'S NAME: Contracting Specialists, Inc. 3. CONTRACTOR'S ADDRESS: 453 South Main Street Attleboro, MA 02703 4. WORK CATEGORIES: This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, j Alarm Systems Asbestos Removal 71 Deleading Demolition Doors & Windows Electrical Electronic Security Systems 5. EVALUATIONS: 6. PROJECT LIMITS: Chapter 149A and Chapter 25A in the following checked Categories of Work: Elevators Energy Management Systems Exterior Siding r] Fire Protection Sprinkler Systems Floor Covering E%�j General Building Construction �j Historical Building Restoration Lj' Historical Masonry Historical Painting Historical Roofing HVAC L] Masonry ❑ Mechanical Systems FI Modular Construction/Prefab Number of Projects Evaluated: 41 Average Project Evaluation Rating: 93 [j Painting C] Plumbing II[] Pumping Stations Roofing r� Sewage & Water Treatment Plants J Telecommunication Systems m/i Waterproofing Number of Projects Below Passing Score: 1 Single Project Limit (SPL): $10,992,000.00 Aggregate Work Limit (AWL): General Building Construction Limit: 7. SUPPLIER DIVERSITY OFFICE CERTIFICATION: N/A George M. Matthe4s, Deputy General Counsel, for Carole J. Cornelison, Commissioner $43,497,000.00 N/A W, , pproval Date NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timely may result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initials �_ EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. C k6b.2 -c- 3 I z -G1 1 Bid Date S Is. �a+ e, Y, s c. r 11-1 Project Number (ori ��q Y name if no number) W ,n'q Np r4k A Awarding Authority SIGNATURE* Division of Capital Asset Management CONTRACTING SPECIALISTS INC Print Name of Prime/General Contractor 453 S. MAIN ST ATTLEBORO MA 02703 Business Address 508 222 2377 Telephone Number LAW 'r'4 Biddeirs Auth'oriz d R presentative Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projected listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, Division of Capital Asset Management Prima/r,anarnl r.nnfrntfnr I Inrin+n C+n+ when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Page 2 of 10 H 2 r LL 0 �- wQ UF- QLL0 ui UJ rWLLJ U� O UVW z0� U)UJ LLJ -. J Wz0 JWP 0 Lj- Q d X00 Q0z AZO �Lu- LL F- Q j W F- OZZ WLu- F- 0 L �N 2 z Y QWJ �WQ jjj Q 0 n- LLI IL z 0 Z) z Q�DO U0OQ OJOz}U :D0 J aPCL QUm5 F-- o- 0 Q U)a. - U .�QwO 0 w L w~ w 0 Q. L O 0 U w 0 Q D U O N U CO w U o w CL o Q D co O .T a) °' Q L � a z O M 0 O a- c oU) Y0 a� CL E -a U 0 0w O O o CL o N O ) O Q U 7 E U W z 0 o c Qo a� > cu c E ca w O a -- x U 0 >, 70 (D (D c aEi N m c m in aa) c a E E a, U 06 N .� N � +�+ N � w J - F- F -U F- Q �o c ca "' o U 0 w u cm 4) ;�- c U a� a L O 4-J ay o v o� c� — E Of � Q oa L c L O 0 U O N U o N U) o Q D co O .T a) °' L � a o O M O a- c oU) a� CL E -a U 0 O O o CL o N O ) O 7 E U W o c Qo a� > cu c E ca w O a -- x `m >, 70 (D (D c aEi N m c m in aa) c a E E a, U N .� N � +�+ N � Q �o c ca "' o U U E ca o ;�- c U a� a L O c o v o� c� — E � Q oa W F- a 0 z o OLLJ_ F- U cc =i O �- a oac Q O U Q Z U N � VI Q J U w U UJ Z V N z U ULU Q O F- a Z o O w U H w J a O U N D Q Z wH z w m H 0000 M °° H c -i M °° � ri00 N \ ao ei 0000 O M \ 00 � N N n u) N 0000 � \ lD M N \ rn Hr-+ N (Z M N \ rn rl O M \ rn r-+ w 01 ci \ O r+ r i N \ O O O O O O O O O O w M lD O U) O u1 l0 CO O d J N lD O M O 00 r -I 00 Rt 00 M N 00 l0 O a u) 00 u1 M a > u) N rl lqt M u) 00 d 01 00 M 00 I�t O 00 Q1 61 M 00 M M i -i N N lU U a z O U 44- to <n. tj)- (D F U CYC O ?� zuj ON a 25 (D a H W U Z O � a c Fw- w U Z O w a uj o}G z O Q Z LL p d Q ? oNc a owc H w U z O cr- a � z O Q a ui z O Q z Q u) 5 V) a z LLJ Q W } °C vWi ZO Q � a LU LLJ w U Z O z O 00 J a z 0 m Q oLU J Ln J oc o CL w' Z a O Ul)LU m a 2 LU z a O m a O m a F- O m = > = f- W O OC a w J cc2 <F- H Q) V)a O J S j cn CO Z L N 0 Q 0 N (n 2 U W C7 Z � �- N F- D z < J_ 2 Z O N O } z O Ov z O w U O rn w O 2 Q w W0 z z O Q= w W Q m J VV) J = m `-n Z0 Uj J Q N F- cr - a LU 20 1= LI) W Z or:O V)2 Q U w w cH G w CL O Q UO J cr w > Q 2 U NN N U r, N r, # LO 0 w ® w (14 0 o c C) 0 o H rH \ 00 m m 1 U') � o o 04 / / / / / / / / / \ \ w k \ \ � \\ w o L-f) m a) ¥ N m 0 ¥ k 6 + r. �6 6 rl� 6 m » q Lr) Ln o c @ N < m & e LO e m V). A qf� 4f)- V). qj)- 4j)- � O u \ uj R \ / LU f \ LU f \ / CL LU f \ < g @ 2 0 LLJ � �/ \z / 2 co z / \ R 2 2 0 �ƒLLJ /\ LU \ \ LU E @\ k / LU f mk k < < < I < I } / co L « Q < 3 f U) co f 0 ca R z u 0 k z 0 co 2 U 7 c $ R \ i I < z 2 � zLU 2 u 2 7 co LU / q \ � i N m / 2 I< u\ < k LU < = ® _ u $ % < � cr F- 2 / E ® O f / \ m m u d I \ \ u w co7 � 0 \ / < I < \ z z 2 / < / m \ z O =LLJ f $ O 2 / < $ LU \ z LU z $ co 0\0tD e -I c -I Ql N \e rN{ e I \ LnN N \ N N ri 0000 � \ --I N r-1 r -I \ ri 00 c\ -I ri c -i N Ql o N � \ It N r -I r -I ri r I H N Ln ri N r- r - ri \ Q r -I N Ln ri N ri r -I ri \ 00 N \ \ Ln H N N N ri H 00 0 N O O O O O O O O O O O O O O O O O O O O O O O M M M M 4 Ln N O r4 li co 1- r -I 00 1l- 00 Il O O IZT M O I- M Ol Ln �t -1 O M M N r- ' M Ol O N N ri 00 n'1 LO 00 N n M rl ri 00 Ln Ln r r -I N ri N H Ln W rl ri I y/} (/�V} t/} V} j/} ti/? i/). </� -tn O Z Q N z °C m a O W a � w w a owc w a w w a owc O ? a w a owc a uj a w � a LU cc LU cc LU CC cc w U Q z O LU w U Z O U 0: z O Q oG z O Q uj I— w u Z O U 'J Q U LU F- U Z O U w z O Q w z O Q oC z O Q 2 0: z O Q U Q _< a LLI z }w w w LU Z O O m 2 z O O m O p w °0 w Z O O co ?� O J Z O0 O co Q z w Q 0 oc Q U w z Y O co Z O LU } Q LU a } Lco I— } LU J LU w w Oc z w Z p -� Y u 0 W z Z z W Q F -LL H w Q O H H w Lu ~ LU C7 O z OU W C7 w Q u w LL Ln a w ac m J z J F - F- LLU U w w cr- M w O Z S C O 0 z m ci \ N ri ri 00 00 ri ri l\D r-iN N N ri H ri r -I r -I ri M N ri ri ri c -i r-1 r-1 Lf)\ N `-i c �i H ri ri r I ri 1� \ N ri 00 N r -I \ 00 \ N 00 O O r N r -i \ \ N ri r -I rNI N r.{ ri r -f r,\ N O\ \ ri r„ N �"� t ) \ c -i \ N H \ \ r -i H O O O O O O O O O O O O O O O O O O O O O O c -i I� rn N 00 O 00 l0 M M 01 01 o 00 d 00 f-� 0) M ri 01 r, 01 to d O O o Ol O rn N N d 01 M O f- tf1 00 dam' (- � 00 O N r -I Ch ri N 0) k l 0 Ol W w w w Z O C7 Z_ LL cc 0 a LUU Q oNG cc CL owc z O Z a V) (D a Z LU W Q O 0 Q W F- w Z O cNc W W H w Z O 1= W LLJ w Z O � W o_ o}cLU z O W CL W w Z O w CL W w H w Z O U Z_ LL 0 a Q a a Z ° O CO ° z _ °C LLJ z p > a o m X LL o Q p a 0 (n co m a 0 V) m a 0 V)i m W N W U O L m 2 a U z a aJ U Q a WY Q t7 LU D W a o Z OJ W (D J O J "= a < a Z U W a LL o < W cc O Z W O M O N J U LU a > m O >cr- 2 C7 a � a S Ucr p Lu � c C = a a Z Z w w U Z = a C7 0 J m 06 N LL ~ W < a > J w o a F- O J ?>> LLJ N D 0 Q o S H w H W U M O N � Lr) N \ N N Q1 \ N \ k.0 \ N tf N N N N O O O O a) 00 d l M N O N rI r 0 Ul) V) N a a a a W W W W w cr- Of cr- W F- c U z O W w U z O W w U Z O } Z NO a < a a � w z O z O F- w N N U m m m O U J W a a W a w a W (� W a U H C7 W � Z O 2 LLJ F- �U W w O z o Oa m J UO W z Q OLn a a (D 7 N W a a a z a Lw r Z 0 0 LwL F— C) U w N� ui/L.L. LL w J 0 2 Q w ix0 LL Z 0 G 0 LL Z w Z w W LL 'w V Z 0 J 0w CD w Q r IL 00 Ow a_ a w L O a] C O O LC O O L U Q) L C O O 2 C C C C C C C C C C C C C C C �, C �, C a� C -- �-C m -C == C i =s = == = C 0 0 s w 0 OL 0 00 CL OL F ® CL a) :3 CL LU ZN O -ZD- N O 0 O aj a) O >,E] N N a) Q ca E O O C• >, Q. Co O CE >' O O 0 L C L 0 O E+-C_• ' N _Q U v-- - M 0 C _C U C N oO ca 0 ca a a E Cu w Cn Q >> > = c p U 3 � -0 � w o -C cam a L a) o E ?� O uj L :6 +� N y_ fn L C E Cna) �+-' O� C C O C O C O C O C O C O C O C O C O C O C O C O C O C O C O C O C O C O o >, -a p L 3 U EU C a) c C Cu c` U � EC a) °C USO 0 'o aoi Cu N tc Cu Q E a a - d -a d as a)E a IL CL a aa. a as a s IQL— Z Y Y Y C Y C Y C C Y C Y C C Y C Y C '~ C Y C Y C +' C Y C Y C +� C Y C O U U UU U UU V C) C.) V UU U UU U U LU L C L C L C L C L C C Q � 9 �% 2 2 L Z?: C cn (L) U c 3 v) a) U C 3 in a) U C 3 un (L) U�: C in a> U C 3 vn (L) U }. O C7 O O O CD O 0 CD 0 o CD Z L L A NN LL ZD LJ.. z N 0J Z Z N of Z G Z ( Z ( 6+ LU Z /Z V� Z Z Z 0�:w w U� w U� w U� w w U� UO o CD/U�� 0 0 CD0 0 CD 0 (DO C) /U�� CD0 o / V LLI F- w P:_ U� wQ �o w LU U) a. L O a] C O O LC O O L U Q) L C O U) a) a) O) 'o Cu C L m C 0 N C C Cu 0 0 00 ® F ® O 41 a) :3 O 4} C� Co >,E] ❑ C Q ca E O O C• >, Q. Co O CE >' O O o L C L 0 O E+-C_• ' N _Q U v-- - M 0 C _C U C N oO ca 0 ca a a E Cu a) Cn Q >> > = c p U 3 � -0 � w o -C cam a L a) o E ?� O ECa N L :6 +� N y_ fn L C E Cna) �+-' O� C Cu 2a) w c Q >' > 0 Q 01 U M 70 ca N ¢ O c -C o >, -a p L 3 U EU C a) c C Cu c` U � EC a) °C USO 0 'o aoi Cu N tc Cu E O L >, c m Q O o d a)E U L Q U `- i PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE CHILDREN'S HOSPITAL FARLEY BUILDING BOSTON, MA CHILDREN'S HOSPITAL STAN GLUSHIK 617-355-4703 GALE ASSOCIATES OLGA HATHAWAY 781-335-6564 CONTRACTING SPECIALISTS INC RUSSELL CHARPENTIER 508-222-2377 UMASS DARTMOUTH DARTMOUTH, MA UMASS DARTMOUTH MICHAEL LAGRASSA 508-999-9223 NAU LT ARCHITECTS 508-755-6134 CONTRACTING SPECIALISTS INC DON KEARNEY 508-222-2377 20 WALNUT STREET PARKING DECK WELLESLEY, MA WELLESLEY/WALNUT STREET LLC CHRISTINE O'BRIEN 781-235-4300 WALKER CONSULTANTS JUSTIN MACRI 617-350-5040 CONTRACTING SPECIALISTS INC RUSSELL CHARPENTIER 508-222-2377 OLD STONE MILL NEWPORT, RI CITY OF NEWPORT, RI SCOTT WHEELER 401-845-5802 CONTRACTING SPECIALISTS INC RUSSELL CHARPENTIER 508-222-2377 PROJECT 2300 CROWN COLONY LOCATION BOSTON, MA OWNER REIT MANAGEMENT CONTACT MICHAEL MARX TELEPHONE 617-212-2182 ARCHITECT/ENGINEER DESMAN ASSOCIATES CONTACT MATTHEW GALLAGHER TELEPHONE 617-778-9882 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT SHERATON NEEDHAM HOTEL LOCATION NEEDHAM, MA OWNER SHERATON HOTELS CONTACT SHAWN FISCHER TELEPHONE 781-292-3840 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT STEVEN MARSHALL TELEPHONE 781-335-6564 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COO MEY TELEPHONE 508-222-2377 PROJECT CHILDREN'S HOSPITAL BADER BLDG LOCATION BOSTON, MA OWNER CHILDREN'S HOSPITAL CONTACT STAN GLUSHIK TELEPHONE 617-355-4703 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT STEVEN MARSHALL TELEPHONE 781-335-6564 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT CHILDREN'S HOSPITAL MASONRY LOCATION BOSTON, MA OWNER CHILDREN'S HOSPITAL CONTACT STAN GLUSHIK TELEPHONE 617-355-4703 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT OLGA HATHAWAY TELEPHONE 781-335-6465 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COO MEY TELEPHONE 508-222-2377 PROJECT ORPHEUM THEATER LOCATION BOSTON, MA OWNER THE DRUKER COMPANY CONTACT DON ROSS TELEPHONE 617-731-0202 ARCHITECT/ENGINEER THOMPSON & LICHTNER CONTACT PETER DALTON TELEPHONE 617-492-2111 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT HAVERHILL STADIUM RENOVATIONS LOCATION HAVERHILL, MA OWNER CITY OF HAVERHILL CONTACT ROBERT DEFUSCO TELEPHONE 978-420-3606 ARCHITECT/ENGINEER SIMPSON GUMPERTZ HEGER CONTACT TIMOTHY MONTGOMERY TELEPHONE 781-907-9000 GC CONTRACTING SPECIALISTS INC CONTACT MARK VANDETTE TELEPHONE 508-222-2377 PROJECT BRIGHTON MARINE HEALTH CENTER LOCATION BRIGHTON, MA OWNER BRIGHTON MARINE HEALTH CENTER CONTACT MICHAEL DWYER TELEPHONE 617-562-5520 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT OLGA HATHAWAY TELEPHONE 781-335-6465 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT BRIGHTON MARINE HEALTH CENTER LOCATION BRIGHTON, MA OWNER BRIGHTON MARINE HEALTH CENTER CONTACT MICHAEL DWYER TELEPHONE 617-562-5520 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT STEVEN MARSHALL TELEPHONE 781-335-6465 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT 20-20a PRESCOTT STREET LOCATION CAMBRIDGE, MA OWNER HARVARD REAL ESTATE SERVICES CONTACT CATHERINE BRITT TELEPHONE 617-721-8135 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT CHRIS MUSOROFITTI TELEPHONE 781-335-6467 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT DEDHAM COURTHOUSE RETAINING WALL LOCATION DEDHAM, MA OWNER COUNTY OF NORFOLK, MA CONTACT JOHN MCGOWAN TELEPHONE 781-461-6139 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT CHRIS MUSOROFITTI TELEPHONE 781-335-6467 GC CONTRACTING SPECIALISTS INC CONTACT DAVID CONLEY TELEPHONE 508-222-2377 PROJECT LIBERTY MUTUAL LOCATION BOSTON, MA OWNER LIBERTY MUTUAL CONTACT JOHN DUMAS TELEPHONE 617-574-5779 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT CHRIS MUSOROFITTI TELEPHONE 781-335-6467 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT INTERPARK PARKING GARAGE LOCATION BOSTON, MA OWNER INTERPARK CONTACT THOMAS DELANEY TELEPHONE 312-332-2477 ARCHITECT/ENGINEER DESMAN ASSOCIATES CONTACT MATTHEW GALLAGHER TELEPHONE 617-778-9882 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT MASSACHUSETTS HOSPITAL SCHOOL LOCATION CANTON, MA OWNER MASSACHUSETTS HOSPITAL SCHOOL CONTACT RICK POLLARA TELEPHONE 781-828-2440 ARCHITECT/ENGINEER TAYLOR AND PARTNERS CONTACT MARK TEDROW TELEPHONE 617-426-2299 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT NAVAL WAR COLLEGE BRET HALL LOCATION NEWPORT, RI OWNER US NAVY CONTACT BILL MCGONAGLE TELEPHONE 617-988-4041 ARCHITECT/ENGINEER SIMPSON GUMPERTZ HEGER CONTACT JOHN PORTER TELEPHONE 617-778-9883 GC P & S CONSTRUCTION CONTACT ROB LALLAS TELEPHONE 978-452-3782 PROJECT MIT STEAM TUNNEL LOCATION CAMBRIDGE, MA OWNER MASSACHUSETTS INSTITUTE OF TECHNOLOGY CONTACT BILL MCGONAGLE TELEPHONE 617-988-4041 ARCHITECT/ENGINEER SIMPSON GUMPERTZ HEGER CONTACT JOHN PORTER TELEPHONE 617-778-9883 GC COMMODORE BUILDERS CONTACT JAMES LOUD TELEPHONE 617-614-3500 PROJECT HIGHLAND PARK APARTMENTS LOCATION BOSTON, MA OWNER BOSTON HOUSING AUTHORITY CONTACT BILL MCGONAGLE TELEPHONE 617-988-4041 ARCHITECT/ENGINEER B. GOBA AND ASSOCIATES CONTACT BERNARD GOBA TELEPHONE 781-395-2827 GC NORTHERN CONTRACTING CORPORATION CONTACT PHIL SALVUCCI TELEPHONE 781-821-4200 PROJECT BRIGHTON MARINE HEALTH CENTER LOCATION BRIGHTON, MA OWNER BRIGHTON MARINE HEALTH CENTER CONTACT ARTHUR BERG TELEPHONE 617-562-5510 ARCHITECT/ENGINEER GALE ASSOCIATES CONTACT OLGA HATHAWAY TELEPHONE 781-335-6465 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT GATEWAY GARAGE LOCATION NEWPORT, RI OWNER CITY OF NEWPORT, RI CONTACT MICHAEL BRENNAN TELEPHONE 401-845-5489 ARCHITECT/ENGINEER WALKER CONSULTANTS CONTACT BRIAN PRESTON TELEPHONE 617-350-5040 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT WELLESLEY GATEWAY PATIO REHAB LOCATION WELLESLEY, MA OWNER COMMONWEALTH PARTNERS LLC CONTACT MICHAEL HUTCHINSON TELEPHONE 617-828-3707 ARCHITECT/ENGINEER WALKER CONSULTANTS CONTACT BRIAN PRESTON TELEPHONE 617-350-5040 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT 75 KNEELAND STREET LOCATION BOSTON, MA OWNER KING ASSOCIATES CONTACT RALPH YOUNG TELEPHONE 617-268-0303 ARCHITECT/ENGINEER CBI CONSULTING CONTACT CRAIG BARNES TELEPHONE 617-268-8897 GC CONTRACTING SPECIALISTS INC CONTACT WALLACE FRIGON TELEPHONE 508-222-2377 PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE PROJECT LOCATION OWNER CONTACT TELEPHONE ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTACT TELEPHONE MCCORMACK FEDERAL BUILDING BOSTON, MA CCI INC STEVE NORTON 207-620-7172 THOMPSON AND LICHTMAN CONTRACTING SPECIALISTS INC DON KEARNEY 508-222-2377 CITY HALL ENTRANCE NEW BEDFORD, MA CITY OF NEW BEDFORD JOHN PERRY 508-979-1433 CONTRACTING SPECIALISTS INC DON KEARNEY 508-222-2377 TUFTS DENTAL WEST ELEVATION BOSTON, MA TUFTS UNIVERSITY RUDI PIZZI 617-627-3706 BARR AND BARR INC RICH ALUKONIS 617-636-0418 GREEN/TOWNE BRIDGE LUDLOW, MA TOWNS OF LUDLOW AND WILBRAHAM PAUL DZUBEK 413-583-5625 CONTRACTING SPECIALISTS INC BRIAN CUSICK 508-222-2377 PROJECT TEN POST OFFICE SQUARE LOCATION BOSTON, MA OWNER BROADWAY REAL ESTATE SERVICES CONTACT JAMES CIRCO TELEPHONE 617-357-6823 ARCHITECT/ENGINEER VP ENGINEERING CONTACT MICHAEL VELA TELEPHONE 617-520-9555 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT LYNN LIBRARY LOCATION LYNN, MA OWNER CITY OF LYNN CONTACT CHARLES WHITE TELEPHONE 781-598-4000 ARCHITECT/ENGINEER CBI CONSULTING CONTACT JEFF BARNES TELEPHONE 617-268-8977 GC EAGLE POINT BUILDERS CONTACT THERESA MOROSO TELEPHONE 617-484-3664 PROJECT 9-13a WARE STREET LOCATION CAMBRIDGE, MA OWNER HARVARD REAL ESTATE SERVICES CONTACT CATHERINE BRITT TELEPHONE 617-721-8135 ARCHITECT/ENGINEER CBI CONSULTING INC CONTACT JEFF BARNES TELEPHONE 617-268-8977 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT BROOK HOUSE CONDOMINIUMS LOCATION BROOKLINE, MA OWNER BROOK HOUSE CONDOMINIUM TRUST CONTACT PETER HOPKINS TELEPHONE 617-731-5405 ARCHITECT/ENGINEER CBI CONSULTING INC CONTACT JEFF BARNES TELEPHONE 617-268-8977 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT LONGWOOD AVENUE GARAGE LOCATION BOSTON, MA OWNER MED ACADEMIC SCIENTIFIC COMMUNITY CONTACT DAVID EPSTEIN TELEPHONE 617-632-2310 ARCHITECT/ENGINEER WALKER CONSULTANTS CONTACT JUSTIN MACRI TELEPHONE 617-350-5040 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT NAVAL WAR COLLEGE LUCE HALL LOCATION NEWPORT, RI OWNER UNITED STATES NAVY CONTACT DAN KRANTZ TELEPHONE 508-384-4330 ARCHITECT/ENGINEER CONTACT TELEPHONE GC P & S CONSTRUCTION CONTACT ROB LALLAS TELEPHONE 978-452-3782 PROJECT BANK OF AMERICA LOCATION PROVIDENCE, RI OWNER THE KRAFT GROUP CONTACT DAN KRANTZ TELEPHONE 508-384-4330 ARCHITECT/ENGINEER CONTACT TELEPHONE GC T GALLIGAN CONTRACTING INC CONTACT JASON GALLIGAN TELEPHONE 401-438-2600 PROJECT SPIRIT STORE LOADING DOCK LOCATION FOXBORO, MA OWNER THE KRAFT GROUP CONTACT DAN KRANTZ TELEPHONE 508-384-4330 ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT HARVARD VANGUARD MED ASSOCIATES LOCATION MEDFORD,MA OWNER HARVARD VANGUARD MED ASSOCIATES CONTACT STEVE MITCHELL TELEPHONE 617-330-5250 ARCHITECT/ENGINEER WALKER CONSULTANTS CONTACT JUSTIN MACRI TELEPHONE 617-350-5040 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT HARBOR GARAGE LOCATION BOSTON, MA OWNER THE CHIAFARO COMPANY CONTACT STEVE MITCHELL TELEPHONE 617-330-5250 ARCHITECT/ENGINEER DESMAN ASSOCIATES CONTACT MATTHEW GALLAGHER TELEPHONE 617-778-9882 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT NEW ENGLAND MEDICAL CENTER GARAGE LOCATION BOSTON, MA OWNER NEW ENGLAND MEDICAL CENTER CONTACT RUDI PIZZI TELEPHONE 617-627-3706 ARCHITECT/ENGINEER DESMAN ASSOCIATES CONTACT MATTHEW GALLAGHER TELEPHONE 617-778-9882 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT TUFTS M&V BUILDING LOCATION BOSTON, MA OWNER TUFTS UNIVERSITY CONTACT RUDI PIZZI TELEPHONE 617-627-3706 ARCHITECT/ENGINEER CONTACT TELEPHONE GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT MAJOR TAYLOR BLVD GARAGE LOCATION WORCESTER, MA OWNER CITY OF WORCESTER CONTACT JOSEPH BORBONE TELEPHONE 508-799-1161 ARCHITECT/ENGINEER HOYLE TANNER ASSOCIATES CONTACT CHARLES SWANSON TELEPHONE 802-830-1331 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT HARVARD SQUARE SIDEWALK LOCATION CAMBRIDGE, MA OWNER BRATTLE STREET PROPERTIES LLC CONTACT TERRY BRUCE TELEPHONE 617-522-4590 ARCHITECT/ENGINEER DM BERG CONSULTANTS CONTACT TOM HEGER TELEPHONE 781-444-5156 GC STABILT CONSTRUCTION MANAGEMENT CONTACT BILL ADAMSKI TELEPHONE 781-934-9038 PROJECT 403 CENTRE STREET LOCATION JAMAICA PLAIN, MA OWNER 403 CENTRE STREET LLC CONTACT TERRY BRUCE TELEPHONE 617-522-4590 ARCHITECT/ENGINEER VANASSE HANGEN BRUSTLIN INC CONTACT PATRICIA DOMIGAN TELEPHONE 617-924-1770 GC CONTRACTING SPECIALISTS INC CONTACT DON KEARNEY TELEPHONE 508-222-2377 PROJECT WATER STREET PARKING DECK LOCATION AMESBURY, MA OWNER TOWN OF AMESBURY CONTACT ROBERT DESMARAIS TELEPHONE 978-388-8116 ARCHITECT/ENGINEER VANASSE HANGEN BRUSTLIN INC CONTACT PATRICIA DOMIGAN TELEPHONE 617-924-1770 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT TREMONT STREET GARAGE LOCATION BOSTON, MA OWNER NEW ENGLAND MEDICAL CENTER CONTACT JAKE MYCOFSKY TELEPHONE 617-552-0331 ARCHITECT/ENGINEER DESMAN ASSOCIATES CONTACT MATTHEW GALLAGHER TELEPHONE 617-778-9882 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT BOSTON COLLEGE GARAGE REPAIRS LOCATION BOSTON, MA OWNER BOSTON COLLEGE CONTACT JAKE MYCOFSKY TELEPHONE 617-552-0331 ARCHITECT/ENGINEER CBI CONSULTING CONTACT STEPHEN MCDERMOTT TELEPHONE 617-268-8977 GC CONTRACTING SPECIALISTS INC CONTACT DONAL COOMEY TELEPHONE 508-222-2377 PROJECT ASSUMPTION COLLEGE GARAGE LOCATION WORCESTER, MA OWNER ASSUMPTION COLLEGE CONTACT SABINE PRIZIO TELEPHONE 508-767-7000 ARCHITECT/ENGINEER WALKER CONSULTANTS CONTACT JUSTIN MACRI TELEPHONE 617-350-5040 GC CONTRACTING SPECIALISTS INC CONTACT RUSSELL CHARPENTIER TELEPHONE 508-222-2377 PROJECT ALNYLAM PHARMACEUTICALS LOCATION CAMBRIDGE, MA OWNER ALNYLAM PHARMACEUTICALS CONTACT TELEPHONE ARCHITECT/ENGINEER SIGNER HARRIS ARCHITECTS CONTACT TELEPHONE 617-757-7300 GC CRB BUILDERS INC CONTACT PAUL DOHERTY TELEPHONE 617-475-7300 of W 0 Z D U) Q LL D O �0 W Uz m 07> Wo aU ZY O� �0 �H OW U= O F— ZW J m0 ZZ OW Z= 0 Z LL QO Z U) oW J_ J m Q Q w w 0 _U) Q U~ m0 D� aU J Q J W Q E-- Z wO :3U MR U) c O 6 a� .fl C m . a) a) O U > Q c� aS � � U a a) � N N '0 O a) � - 3 C — N (D c0 �' N N L c O a) E U N_ O C U MAP, a) O_ O 4) E -C 4- c . 0 w 0 LO a) rn m n. O 0 N C E w c ca E a> � is M a m :D G L U y cu Q Fla O �U ca � U a`) o� m •n E oa wLL� NOJ Y oa J Z a O Z Q QRZ —5 �S (D 11 LL V J Z Y n c 3 a) 00OQZ Q a°, z>-Wv� O0E--. W Z W 0 N JYdX Q U) O U W H~ W za oO U wU LO za, Oa U w J � lqt Zo � O2 N D W W M Q � 0 Q Z0 U) YO 0U N o W a U 0 W o W ~O U U 00 w a U) MR U) c O 6 a� .fl C m . a) a) O U > Q c� aS � � U a a) � N N '0 O a) � - 3 C — N (D c0 �' N N L c O a) E U N_ O C U MAP, a) O_ O 4) E -C 4- c . 0 w 0 LO a) rn m n. O 0 N C E w c ca E a> � is M a m :D G L U y cu Q Fla O �U ca � U a`) o� m •n E oa Cd] uI-` Q 9 W P4 W F F OW za �eE 0 0 V W J F - f H U W n 1% IL It 1n Ln O O ON t0 N m V ON M 01 ui M O �t I� n d 4 000 0 01 00 M G O 0) �D Ln 0: U .-I W Lr�L-1 N O M O rq M O 1-4 LOL(1 00 ^ N M O � .� 00 ift Kt Mift M yr 00 tl� ei d �t O O 00 �O M O 00 LO n M O 111 O W O Ln O M N O O d LN n O n M 00 r, d. ri n Ln o co C I� N M N Ol N N .--I 00 Ln Ln .1 N ifr M m tPr VT 4f 1* N th (n (n Ln (n (n U') (n V) (n (n (n w W W W W w W W W W W } } } } } } } } } } } 6 N 1 1 1 i .--1 M r-1 .-1 i N N 1 .1 N N i 'i N .1 N� M N N ' ri N M N N N N 1 i N M I -i .-i N N N N�° r.\-1 Ln NN N'�'(-4 n0 � �11 �� NN �O o. -i OHO W. M� 01M Ln � Lnn �� �^ 0001 -i s to N m (A0 ` M 00 M M O N N N N r-1 i 0 009 00 0 02 0 Q 0 o 0 0 0 W M N (q N 01 00 t0 n LOn M I 1 1 0 0 0 0 0 -Q0 o 0 0 0 0 N 00 1 I d' 0 It 0 LO O I� N N O 01 M Il N N ct O O O O O O - O O O O p 111 N o 0 O r-1 Ln o r4 � 0 I CO M O O M N M ^ � 00 � N O 01 00 � Ln M Ln .--i 01 i� N dam.` ^ ry � � � N l � i ko N O a a U z Q a Q a Q a Q a Q a Q a Q 0_ Q X a a Q 0 w w W w Q a p }a � Q W w W w w w ce (.9 LU z z O O O O U U U 0 O U O U `J` Q Q Q 2: O U O U O U Q E Z Z Z Z C H Z Z Y Z ti O Oa O O O w O O O O O0 w O O � O O O Ln } p O z m m m O m co = m m W 0 F� U rl Z t0 UI } fV rq Z It !- N �Z W a Z1�-1.'Ij 0 x(0 0 Ln �Mq Q�� w �*I w 9O adao4pQUJ-1 zea'1 Lit U 14 Qa`° aQ OWO Qo-1n HW�(O:WVIQ WWWv-1 > m A LU LU 1 m � Zr w � H0 Vr HO U1�N a= iZ\� Z•J1�-1 (HA OCri -J W O at0 =qU' aN (7Q1gN Zoe Vora ow 0 0 7F W tJ1p1'"1 1Vi0C0 UO Q¢ K� JLL W 6 ��_ � j F W Q U. L0~ � �a : O o -0 .1O U m p C W U. O a ~ D 00 Ln W OC id m z O a � U. a Uf a 0: In W H W J a f 0 U Z w W H W J a f 0 U u1- za 0 L U W F i - OW za �f �0 U F C Z Ua Y O 3 U. 0 W IL O U Z 0 Q L1 0 J W J F H t - U W n C9 IL OM O O � O0 O O N M Ln �r-i It Ln 0 V 00 00 N r, Lrt O Ill co N �D N al M O O �D O M06 N ko 00 V' m M isr ` Ln isr N ttr M i r qtr 'tr 4sr +n ttr ur O O l0 O n0 00 UJ O O O -4 I� O to 0 O O 6 It Ln 0) d' NIt k6 O O O O O O O O 00 � 00 ko M O iir Vr EPr '� .-i ur .--1 errr M r-1 ri if, to w In w cn w cn w (A w to w M w U) w n 0) U) w cn w In w i N N NN M N m i N N N N N 1 i N N' y i N N '-1 i N N -1 i N N ,--t i N m N N •--1 o''i O 0 O O MM Lj O t j 0 0o N O \O �O \� �O '~\ o. -i N\ \� N\ \O 0 p NM 0 o N� NM N\ �� 0 \O '"1\ 0 O \.ti O N '�\ o) W O r -i 0000 .--I 41 ri N ' O Ln O to O to O to O to O O O to O to O to O to O to O 00 'i N M N ri ,1 O M O o o O o o O O O o O O O o p O0 O0 o o o 0 n M 1-4 ° rl O o ri O 0 a1 o kD Ln � al O 0 O 0 O 0 O 0 I I o o o 0 o 0 o o R o o o M I 00 � O 0r-4 � M ,tea, O O O O 0 0 o 0 O 0 o 0 O o O O o o 0 O 0 o 0 O 0 o 0 O O O W O O O O Ln LO N ll G N d' O V d' t0 O k O OJ O yr trr .l if Ln tor M tdr Ln ear M irr l0 yr r�-I ttr � � � ce ce Qa a a a a a a <a a a a iL ne z w W w W w W w W w W } w W w W } O U V O O U U U O U U O O O O O O O O <<a Q a a 5 L>; z 2: Z O Z O Z O Z 0 Z O J Z O Z O p z m z J 0O z 000 U m m m m w m m N m Fa- LU LU Z r1 ZN OFA uj (7 wM Y W YN (A00 J G"Q C W Z� LYm ZO Ort O W F-�7 W C pQ �M �.N JaN M�jM QVQ zz fZ-� ZQ, Wm l �mx 00 CC 0J0 VN Z9 Lu �V� O �� HW L OIq QQM �" OZ 0 ad JN ��t7 Q�JM UJQ.-I QO V QO IL �I-LN Qa LU��N 040 =30 74 Q >.N.L Z 0Y Z� LU F-�N ~ZZN' V m W -i L"L M0.O >L4 QL-1eg (70'1 Z W iV.-1 m W of W C7�N Z W Zi a'�N QQrI V Z OLuW o -a rl V lAm =j0 �Z =Z NN JF �� 0 Lu af'Q �E� z NLZi z W m{A LU YQ 2 > ji nLLU 00 Q OQ u Q a mm Q mV m > old Y 0 3 H 0 F- w L2 r Z O 0 w U) J f— U w O�/ w CL w w J C� G 0 Z a w crO LL Z O L O LL Z w Z w w LL w Z O J Ow wQ HCL wZ) Ow a. a. w L 0 c a) O v) yL.r LC O 0 C O O O) O (n N a) � � (a � a)O O O O O 0 c O O O O 0 C O 0 O 0 O o O C O O O c 0 C O O a) C a) C 0 O LJ O 00 = =-c -� = =� = =-c L c= L =r co co = OL w a) a) a) a) m a) a) a) a) (D 5 m a) F- F- ~ H i— F- 0 f— F' 0 - I— F- H H Q. O w.2 U O O L 0 0 �+ 0 O N OL E_ wi Q CO M O)o a) c _C v (a N M 0 m m (a a) N x (6 N C L a) > N c-0 N >+ o' 0 U Of 0 ca M `4-a -C L aNi c 0' a) O a' E 30 L E'' (n L a) °' Cccaa C O rte. E L7 a) (n(D N -c0 -0 ca Q C LL O > Q 0) N U (a O C O C O C O C O C O C O C O C O C O C O CC O O C O C 0 C 0 C 0 C O C O H Q 12 0 O a) a) O a) a) O a) a) O L w 0" 0 O %I� 0 a) � O w 0 Qa a as `- a- as C. as a. as CL as a Z (a (a (a Co N m M (a OUB C C C C C C CC C C C C C C C C C C () v(.) v vv Oow L L- a) C L a) � L a) � L O C W C a) Q Z a) 3 .� 3 .2) a) 3 .� 3 .� a) L 3 .� L .0 aNi U a` )) U (L)) U U aa') U�a) U >. O C9 O CD O 0 O O U O 0 C9 0 0 C7 Z d d L L A N l.L 'z'nn lL W z'n W W N W Z�(� G Z V w /Z� V Z V LLI Z 'z'n V Z ''Znn V Z V 4�: w v;� w v3: w v�: w v�: w v3: w v 00 0 CD O o C9 O D CD O o C7 O D CD O o CD w F- W - UF w Q �o w L 0 c a) O v) yL.r LC O 0 C O O) O (n N a) � � (a c L E C 0 N 3 C cu 0 O 00 Z Z ® F ® O 1 () co co w LU c� _ (a E 0 0 - C L Q. O w.2 U O O L c 0 0 �+ 0 O N OL E_ wi Q CO M O)o a) c _C v (a N M 0 m m (a a) N x (6 N C L a) > N c-0 N >+ o' 0 U 0 ca M `4-a -C L aNi c 0' a) O a' E 30 L E'' (n L a) °' Cccaa C O rte. E L7 a) (n(D N -c0 -0 ca Q C LL O > Q 0) N U (a O 0 00 "O ti fa a) L ¢ 0 C � 0 >,-0 O +. V c. E0 c m m Or- N > ami L- U o >% (a c O c N �' E O >,c (a Q E O 0 D_ a) L 0 Q U `- U) U w LuO W X Ua Z LU LU LL0 x a Z W 0000N MLnr\ Ln 0 00 N O 0 O N ,d - Nr\ Nr`r` Ln ON Z 00 Cr N O N r\ O+ -1 r\ +--1 •-i N N O 00 N 00 O r\ � It N C MOM MLnN m OLnN r?) O O 0NM (N0)N It O It O N M N Ln00M 1-0)N hMM It NN 100M LnLnN =l00N IL NLnN l0r�N kDMN 4 N 4L�N Ln ON t0 M lD M pl 0) N N Mo�N It r, (N CO 00(1N CON NON NLnN W NMN N ISN r, (3)0)N t0 0 N N 0) N N 0)00N MMN -JO W O-4 r\ 00 0 r\ + i r\ ,1 00 O M O r\ +-1 4 co 00 O r\ .-{ r\ 1--10 06 00 O 4 00 r\ .1 00 0 4 000 4 00 M �-i r\ +-L 06 O F- m tD in o �o Ln N kD N Ln ko Ln Ln r` 0 Ln r` lt Ln It �o Ln w w ¢ M Z oWW F- Q �- LU W w z � � 0 U w w �Y� W } c� �g� U ca J Oz0 U � ��� Z Z W LL (D > U W LY U LL� W U Q LU �¢ m 2 (D W U J ?> ¢ w LL. ¢ Y W 2 W 2 LY O W U U> � 2� T- 2 :D a W N J w - _j � N W Z LLJ J J ¢ r 02LU 0� LUm�0 V Ur,a ¢� zip ¢ I-wp F r, o �¢ �cnp ��R F - z ¢ JUU U 0 w > U U w U M Z } = I z z a z z Z Ln U LY U ¢ p ce ~ UU z w (n -L U` Ln n (D m (n Ln ¢ (n J V) (n ZQ U 0a: ¢NU = F- (n Z J Q _j (n W �zU UM F-¢ -i LLI'- U ¢tea LL W z wN U� �v 0 LU LU U a ¢wU F-¢wa Qwa zU ��Qa Q J0cn �0- a za U0FF-LL V w (n zU(n mLY(n www Y?cd ZwF-C� w�C7 z w 2 �� Be w a U w �/t(hZ 00 ��z O �zz �pwz Of w0z w/ !11 � 0 Z= >LUm > m � z H y� H H �O� H Q =a< Q�If) u Q p >z �Uz z U �¢U w° U aUY� V^I _�� w ¢ O� ¢ LL O ¢ �_¢� Z¢ ice¢ Uwoc LLQ¢ 0w� �JZ Q�Z p U� Lc�n�¢ IL W L(�n LL (1' z �LnZ �¢Z UU�� m(HnUU Ul)=- a 2: HF - m m U OU w00U ¢¢Z H<OU U�OU CL w u�w w w w w w w of w w pe Z LY Z LY Z C� Z CY Z LY Z 0Y Z LY Z C� Z tY Z wu W(D wu wu w(7 w(7 w(7 wC7 W(D w(7 ZH W U zz' > W U z~ W U Z~ W U Z� W U z— 3i W U >Z— > W U zHLI) w U >Z— > W U >Z > W U O0 C7 Op Cr) O0 (7 000 00u 000 ocu 000 000 o0(9 V)Z H ¢ fy Q p W a H W (n > U 0 ¢ f¢- Q Z Z z ¢ � Q O a '" a ¢ LLL U H Q W a a F- LL z � w a w w � w (9 z H m w O U) U 0� Z (D 0 p J � cw7 p W Z0 z - m u z A F- H m 0 0 m J Z m a ¢ g w (7 O F- w C7 ••L Qp w¢ zaC F -LL¢ F- �¢ oC� �¢ z¢ �Q >�� LU Ui 2:� U<w Ll H ciz �� F- zaz 20 W� pz Fw-� (nZ F -F- (D �z � (w XY ¢� z O =0 U F- Lna w U Lou- F- tn0 F- cn0 F- W UU a W � F oC O F- ¢z O F- Jp =�� w0 puiLU ¢z0 D0 �0 00 a0 Lf) �O �.Um mm aZ �¢m �m I-oo �� Mimi Mm n -r U) F- U W w0 wW Ua W U) L� IXO O w CL Z -r" 01LnN tLnr, 0 0 N 00 01N Lr) 0Ll tor` 0 r N 0koN .aOn nl0n MIDn r-iChN M00 0)N ChChN rlN It N ChItI- M Io M 01 Cr M Io It M M O M co Ch M In O M to cn O M M M It M MOON CO ION 0IoN NLnN O -i +--fN NLnN 'tN LnN N N0)N to CO N Ln Ln N Ln Ln N N O N (V Ch CO N CO O N 61 N O N ON N tD r� N .-iMN M M N 01MN MLnN 0001 MN LnLnN NN LnN MON MOON MMN It MN OMN NN CON Io MN LnN MN �N N m N r� r0O r�.�O r +1- C0 r� r�00 Irl L�00 Nr06 X00 r0O i0O r .- 06 -4-10 r -i 00 O *-i co O -1 r -i O -100 '40 O 1-1 O 00 -40 0 O -4000 0 ID Ln ID F, Ln to r*l Lo to to Ln 0 N ID Ln 00 o Ln M Ln IO Ln , Ln ID Ln 00 lY r W W W_ W_ W_ O WLU �_ .� U-1 z_ Q F - JQQE ui Qou) ZLU - C� J ca LU CYUQ LU OQ LU co H� w I<2: JUp �w —j 2: �O -i F- aQ w U �w Q2 mLYQ �.� wQQ YZ= �Q �w Q� =Q -i W p w�= z U F- U' (n aQU U= O UO �QU U= 2Z= �- U �=U U p � U E LU U z Q J J Z lY m w J > W O 0 U J J W J g O ^ J w O Q J J LU LL —j0 < U> W O(n� �_Hw J a L~L J I J W >Q >= J W U� J W HJ L9 W J W F- zz _j }�� >(j I Lul zz D U) z�U) =>1 - z wv(n Qw0 Yn0 ,�J� m000 Q2[� C'UQ QZ� Ong p ^ WO n0 0 -Jna' D D OQD CL�C1C 0Q= n0 C' w0 ^0 IF per= n�0' lvl w U z Q Z) w w O F - = p Q i Q Z W Q U J z O Z a z Z U Z z O cn F- cn F- cn F- -0(f) U a F- w (n F- Q vicn F- 0 J F- O 1 F- LY w to F- J J J Q 0 U ~ z ~ U J Z~ w= (n ~" 0 z ~ U W_ ~" Z Q Q Q (n F- Q p� U '" U Q U F- Q J Q Q OU Q Q w ~� w QW =0 WZU ZQU �wU 0 TUU p U Lu LU (9 u a ac1)a (n W ce(n W �-a J z a'-' F- w LY (> a �F-a J �0a LLI Q O U a w W (7 a I � w a Q Z cn p F- cn w > F- = �U I p O U F- IHU Z � p ~I(7 =a. cn cn Z cn ��C7 cn a�C� cn ZF- U =QU ,�Q F-N� co UJ ZY(7 z(AU UU F- to O �- F-UU F w O F �-- F- a F- LU Q0 Z Q W Q �( CoUz W UV)U Q z QQ U zw� Q Iu (n Q 0°'U a OAU U z Q Z zU Q �UF- �<0C JwF- QQ >w Ow� UYF- pw� = wOoC mUF- JY F- w�� JrW-,F- Qw� >YF- QOM wUF- p00 F-aF- �v0 =QO QQ <1<1 QQO -i zy. SOW AVO �QO a Q0 QQO loU0 0.0 U(7U =(D ��U Ua� NnU m�U =F -U =�U O1nU m(nU a W (n W W W W W W W w W W W p� Z Z Z C� Z C� Z C� Z p� Z 0� Z 0� Z Z 0� Z Lu (D W('j W(rj WU' w0 Lu (D WU LU (D W(7 W(j W(D H zZ Z zZ ~ 1 Ul)>Z Z~ H ZZ> h Z I I zZ IN Z 1 1 >Z> W U > W U W U > w U >Z> > W U w U > w U > W U W U > w U w U 00(D 00C� 000 0VU 00(7 00(7 00(7 000 00(7 00(7 000 J � U = (> aJ LU J U < W 0O m w m F- }Q C) y U Q J Q W = Z LU z z W o F- Q Z U a(f)z g w z z w F- O wQ w w � 05 O � F- w _ Q Z (n F w Q F- U 00E Z� ZLLi Z)0 0� 0' OUg 0� Z 0000 Z w �� (7 <w (n z� <5* zz LU �� 0Z �O IZ Qz UU z Zz �ci OUz zz HO J F- _j O F- Q� > m (7 �O Q F- w0 m F- J J 00 F- F- Q w QO w F- w0 0 F - QO (n F- =O of QQ 2: z 00 (n = a0 I � n0 (n � » CY (n 00 (n � >>w -i J CO 00 (n � a0 (n Lnm Um =U Jm �m Nm mm mm => Olm am U) U W �O wfr Ua Z w cn 0�U) ww L� w� �O a z PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of your ❑ projects resulting in their inability to return to work for a period in excess of one ear? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I" shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all:details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) VFS NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ® ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any publicprojects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION DON'T KEARNEY PROJECTEXECUTIVE CHRIS IONTA GENERAL JOB SUPERINTENDENT RUSSELL CHARPENTIER PROJECT MANAGER PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 CONTRACTING SPECIALISTS INCORPORATED Don T. Kearney Principal Don has been with Contracting Specialists since 1996. He has extensive experience in the repair and rehabilitation of concrete and masonry structures. He has worked as an owner's representative, with Consulting Engineers and now as a Contractor domestically and in Europe. Previous projects have included wide-ranging experience in the following areas: - General Contracting - Concrete / Masonry Restoration - Historical Masonry / Stone - Timber restoration - Epoxy / Grout Injection - Below Grade Waterproofing - Sealants / Expansion Joint systems - Anchoring Systems - Confined space - Elastomeric and Traffic Waterproofing systems - Heavy Shoring / Formwork Through his various employers he has been involved in the evaluation, design and construction of projects which have ranged from the obscure to remote while always being cognizant of the need to combine form with function. Education: -.Degree in Structural Engineering ..... Dublin Institute of Technology - Bachelor of Science In Engineering... Trinity College Dublin - Certificate In Autocad .......................... Lowell Institute MIT - Various safety courses and certificates including confined space 10 hr OSHA, 30 hr OSHA, Suspended scaffolds and equipment licenses. CORPORATE OFFICE Boston, MA REGIONAL OFFICES Fort Lauderdale, FL Portland, ME Professional Affiliations / Licenses - Massachusetts State Supervisors Construction License - Chartered Member of The Institute of Engineers of Ireland (MIEI) - Chartered Member of the Institute of European Engineers (FEANI) Projects: TWA precast building systems and the extensive upgrades required due to progressive collapse/ fire transmission, Strengthening. Various Historical and High rise structures in London, England and surrounding counties. Chelsea Town Hall - Historical Masonry Restoration Walpole Town Hall - Historical Masonry Restoration Necco Building (Novartis) - Concrete Structural Enhancement Fraser Field Stadium - Historical Concrete Restoration Comerford / Harriman Station (Glory Hole) - Concrete Restoration Mission Park Complex - Plaza / Garage Restoration Museum of Science - Concrete Restoration and Coatings Simmons College, Boston, MA - Masonry Repairs - Boston College, Boston, MA - Masonry Repairs Chelsea City Hall, Chelsea, MA - Historical Masonry and Waterproofing Springfield Superior Courthouse - General Construction - Deer Island Treatment Plant - Waterproofing Drydock Avenue, Boston - Masonry Restoration - Capital Plaza, Concord, NH Masonry Repairs - Beach Street, Boston parking Garage Repairs - Harvard University Stadium Repairs CONTRACTING SPECIALISTS INCORPORATED Russell J. Charpentier Project Manager Russ has over 15 years of experience in the Construction Industry. Much of that time has been spent with manufacturers of various products for the commercial construction industry, working closely with architects, engineers, subcontractors and owners in the design of preventative waterproofing systems on both new and retrofit construction projects. During this time, he also traveled domestically and internationally, providing on-site technical service and product installation training to installers and box lunch seminars to the design community. Russ's background affords him the flexibility and knowledge to perform at a high level when tasked with a variety of project conditions, multiple scopes of work, and all project disciplines. His past experience shows the variety of construction projects in which he has participated. These include the following: - Bushnell Plaza Restoration, Hartford CT - Boston Sheraton Hotel Garage Repairs - City of Springfield, MA Intermittent Masonry Services - Fenway Park - Fed Ex Field - Citizens Bank Park - McCoy Stadium - Logan International Airport - Pittsburg International Airport Parking, PA - Baltimore Washington International Airport Roadways - Foxwoods Casino - Providence Place Mall - Atlantic Station, Atlanta GA - TIAA-CREF, Charlotte, NC - Wal-Mart Superstores / Distribution Centers - US Postal Service PD&C, Philadelphia, PA - Byrne Green Federal Plaza, Philadelphia, PA Education: University of Massachusetts Amherst Bachelor of Science Civil Engineering CORPORATE OFFICE Boston,, MA Professional Affiliations / Licenses: ■ Licensed Massachusetts Construction Supervisor REGIONAL OFFICE$ OSHA 30 Hour License Fort Lauderdale, FL■ Board of Directors, ICRI Portland, ME CONTRACTING SPECIALISTS INCORPORATED Christopher lonta General Superintendent Christopher lonta has more than two decades of on-site experience in vertical building construction and renovation projects involving brick and stone masonry specialty trades. Stemming from his roots as a bricklayer/stone mason as a member of Local #3 Boston, his career history includes positions of increasing responsibility with respected industry firms. His well-rounded experience includes managing large projects of various complexities, including completion of performance and cost -detail reports on subcontractors and suppliers; managing company personnel and union crews; and maintaining effective communications with clients, suppliers, unions and the corporate office. This vast experience has earned Chris an outstanding reputation as an accomplished professional who consistently completes projects on time, on budget, with excellent client rapport. Responsibilities as CSI General Superintendent: Chris ensures the success of CSI projects from their inception, beginning with supporting CSI project managers during the estimation and bidding process. Once projects are approved, he coordinates all logistics of safe, efficient, and cost-effective job -site mobilization to ensure that quality and production are consistently maintained. Chris also manages all aspects of hiring, placement and assignment of skilled labor personnel in conjunction with the types of services and skills for which they are best suited. Once he assigns the appropriate team to each project, Chris oversees all field work to ensure quality, production and safety, in conjunction with CST's safety team. He works directly with area unions to confirm that all aspects of union agreements and labor allocation are fulfilled. EDUCATION & CERTIFICATIONS Framingham State College - Framingham, MA 1986-87 Massasoit Community College - Brockton, MA 1983-86 South Shore Vocational - Welding Course 1989 Bricklayer Apprenticeship Local #3 - Boston, MA 1983 OSHA 10 -hr & 30 -hr Construction Health & Safety OSHA Competent Person Training to supervise and direct the erection, moving, and dismantling of all types of tubular, platform, and suspended scaffolding Massachusetts Construction Supervisor's License (Pending) Welding Qualifications BTS Certificate #1 299-208BTSD1 -1 First Aid & CPR Training Page 1 of 2 CIVIC ACTIVITIES Board of Public Works (BPW) - Town of Marshfield, MA 2006-09 Elected in 2006 by majority town -wide vote to the three-member managing board, responsible for managing an annual operating budget of $10.OM and 80 employees and served as an appointed member of Marshfield's Open Space Committee. KEY PROJECTS (as Superintendent) Fogg Library -Weymouth MA St. Gaudens National Historic Site - Cornish, NH Harbor Tower Condominium Restoration - Boston MA Omni Parker House Hotel Restoration - Boston, MA UMass Medical Center - Worcester, MA Genzyme Corporation - Cambridge, MA 231 Congress Street - Boston, MA Massachusetts Statehouse - Boston, MA Landmark Center - Boston, MA MotorMart Garage - Boston, MA Hartford Armory - Hartford, CT 300 Atlantic Street - Stamford, CT Sheraton Boston Hotel & Towers - Boston, MA Page 2of2 PROJECT VALUE $ 730K $ 400K $2.5M $ 6.0 M $ 9.0 M $610K $ 480 K $ 18.5 M $ 3.8 M $ 2.0 M $ 5.7 M $ 4.1 M $ 1.4 M Establishment Search Results Page Page 1 of 1 OSHA a Biweekly Newsletter RSS Feeds �^' Print This Page Text Size Occupational Safety & Health Administration We Can Help what's New I Offices Home Workers Regulations Enforcement Data & Statistics Training Publications Newsroom j Small - Business OSHA Establishment Date Range Office State CONTRACTING SPECIALISTS INC 02/28/2006 to 02/28/2011 all MA Please note that inspections which are known to be incomplete will have the identifying Activity Nr shown in italic. Information for these open cases is especially dynamic, e.g„ violations may be added or deleted. Sort By: I Date I Name I Office I Ste€ I Return to Search (B Get Detail I Reset Results 1-1 of 1 By Date I Activity Opened RID St Type Sc SIC NAICS Vio Establishment Name ❑ 11 30835411708/23/2006 0112600 MA Complaint Partial 1771 238110 ;Contracting Specialists Inc. http://www.osha.gov/i)ls/imis/establishment.search?n loeaer=l&establishment=CONTRA-_ 2./2R/2011 Inspection Detail Page 1 of 1 OSHA Biweekly Newsletter Q RSS Feeds Q Print This Page 0 Q Text Size Occupational Safety. & Health Administration We Can Help I what's New I Offices Home Workers Regulations Enforcement Data & Statistics Training Publications Newsroom Small _ Business SHA Inspection: 308354117 - Contracting Specialists Inc. i-- ---------- -- ---- --. — — —. F Inspection Information -Office: Springfield Nr:308354117 Report ID:0112600 Open Date: 08/23/2006 I Contracting Specialists Inc. Hampden Hall Of Justice, 50 State St. Springfield, MA 01103 Union Status: Union ASIC: 1771/Concrete Work NAICS: 238110/Poured Concrete Foundation and Structure Contractors Mailing: 433 S. Main St., Attleboro, MA 02703 Inspection Type: Complaint Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Health Close Conference: 08/23/2006 Close Case: 08/23/2006 �Optional information: Type ID Value N 1 308354117 Related Activity: Type ID Safety Health Complaint 201899853 Yes narei W,-321-OSHA(6742)_ I T}Y:877_-689.5627 WWW.OSRA.gdVi http://www.osha.gov/pls/imis/establishment.inspection_detail?id=308354117 2/28/2011 Establishment Search Results Page Page 1 of 1 SEARCH OSHA ..r•ri .7 1iC7 Biweekly Newsletter 13 RSS Feeds Q Print This Page ® ® Text Size Occupational Safety & Health Administration We Can Help what's New I Offices Home Workers Regulations Enforcement Data & Statistics Training Publications Newsroom Small ©sHi� --... . Business -- — -- -- - - - - - -- -- ---------- -- -- - ---- — Establishment Date Ran9 aOffice State CONTRACTING SPECIALISTS INC 02/28/2006 to 02/28/2011 all ME Please note that inspections which are known to be incomplete will have the identifying Activity Nr shown in italic. Information for these open cases is especially dynamic, e.g., violations may be added or deleted. Sort By: I Date I Name I Office 1 5=I Return to Search 0 Get Detail Select All Reset Results 1 - 1 of 1 By Date -; Activity Opened j RID St Type Sc SIC NAICS Vio Establishment Name 1 112522990 04/17/2008 ; 0111100 ME !, Planned Complete 1741 238140 3 !Contracting Specialists Inc. . ire}pr artw w r vµu{+atNpr t zarcry sS nawiurrwnirgpl aWSI. l :cw�rnogwao/SKvey rvwr }a'Sn�tgmx; W <}iGnL -:- _c ' - �Tilepltone:8B0-'�2t-051jA(l742) P, 877 Yuww.O;HA.gov httv://www.osha.2ov/Dls/imis/establishment.search?n loaner=1&establishment=C0NTRA... 2/29/2011 Inspection Detail Page 1 of 1 .. 0^�STAtMe DEPOTMENT'OF LABOR:,' SEARCH At6Z Index'l' En Espanol I Contact Us�l About OSHA OSHA a Biweekly Newsletter 0 RSS Feeds Print This Page Text Size Occupational Safety_ & Health Administration We Can Help WhaVs New I Offices Home Workers Regulations Enforcement Data & Statistics Training Publications Newsroom Small ©A Business Inspection: 112522990 - Contracting Specialists Inc. Inspection Information - Office: Augusta Nr. 112522990 Report ID:0111100 Open Date: 04/17/2008 (Contracting Specialists Inc. 116 Middle Street Portland, ME 04101 Union Status: NonUnion SIC: 1741/Masonry, Stone Setting, and Other Stone Work NAICS: 238140/Masonry Contractors Mailing: 453 South Main Street, Attleboro, MA 02703 Inspection Type: Planned Scope: Complete Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 04/17/2008 Emphasis: L:Fall,S:Fall From Height Close Case: 06/16/2008 t I Optional Information: Type ID Value N 6 123456 N 1 112522990 Violation Summary SeriouslWillfui,Repeat Other]Unclass Total; Initial Violations; 2�` 1 31 i'Current Violations 1 1; 2I 31 Initial Penalty) 2400 6000 18400 Current Penalty; 60001 ;6000 FTA Amount) Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent 1. 01001 Other 19261053 B04 05/07/2008 05/11/2008 $0$1500 $0 I - Informal Settlement 2. 01002 Other 19260503 CO3 05/07/2008 05/11/2008 $0 $900 $0 I - Informal Settlement 3. 02001 Serious 19260501 B01 05/07/2008 05/11/2008 $6000$6000 $0 I - Informal Settlement "iJS. 4epartm;nt of Latwr f Occupatbnal Safety & H -Pith AdmltltS_mtton. Iz2Q0 Uris Wn AM, NV. lya5hingtoti; OC 20210 � re:ep6Qaesoo-slrcsr±a(674a)I rrv:,7i,ea9-ssn` WWW.bsHA.gdv http://www.osha.gov/pls/imis/establishment.inspection_detail?id=112522990 2/28/2011 4 • Please Enter Your Firm's Name Here: Incornorate Childrens Hospital Farley Building Childrens Hospital ital Bader Cl Tufts Dental Building Masonry J. W. McCormack Federal Historical Building Building -Restoration M & V Phase III larine Health Ce Post 75 Kneeland Street Phase III Umass Dartmouth Center for Visual Performing Arts Boston Universitv 8ridno Circle 0 F 17 7 00 00 00 St. Luke's Mason $102,995.25 Haverhill Stadium Water roofin $615,315.00 Childrens Hospital ]Waltham Mason $219,750.00 Harvard UnWare Street RCanopy ProMason $420,000.00 e`er}"' .,�� � ���`�" � � � ����� ����`�. �•` �`�-•�`-�f*'`�.: •�`�� � .. � � -� �•- �� � �� ��'��, �-- �� .�.b°�.= _ -- �c�. � �1 s�.5a� � s '� "' `z' ��-� �-����-` €p�i���,�� lam- � � `� ��-'>-�����:s �����-s� ����.� .fir � � F�•��-�. xr z � l�'�:� �. 40 . x 6 = as ° .• o tl Mr. John $288,428.00 8/30/2010 8/30/2011 50.00% MEPT Burlington, LLC Carrik $350,000.00 4/8/2011 7/31/2011 33.00% Children's Hospital Mr. William Conne $205,000.00 6/15/2011 8/30/2011 5.00% Children's Hospital Mr. William Connel $3,000,000.00 10/1/2011 11/30/2011 25.00% CIGNA Mr. Sam Steinbe $230,000.00 4/6/2011 7/31/2011 10.00% Tufts University Mr. Rudi Pizzi _ $825,000.00 7/1/2011 12/31/2011 2.00% US General Service Administration Ms. Candida Hill $455,800.00 7/1/2011 9/30/2011 0.00% Tufts University._Mr. Rudi Pizzi $851,827.00 4/24/2011 9/30/2011 25.00% Brighton Marine Health Center Mr. Arthur Berg $1,107,926.00 4/19/2011 10/31/2011 25.00% Broadway Real Estate Services Mr. Steve White $88,300.00 7/1/2911 9/30/2011 0.00% City of Lynn Mr. Charles White t $389,886.00 5/23/2011 8/31/2011 35.00% Massachusetts Hospital School Mr. Rick Pollara $194,789.75 7/1/2011 8/31/2011 5.00% Boston College Mr. Jake M cofsk $1,160,000.00 5/23/2011 10/15/2011 15.00% King Associates, LLP Mr. Bart Cou hlii _ $39,336.00 8/1/2011 8/31/2011 10.00% Wass Dartmouth Mr. Michael LaGrass _ $1,035,000.00 9/10/2010 9/30/2011 45.00% Boston University Mr. $217,709.80 12/1/2010 7/31/2011 75.00% CPT Brigham Circle, LLC Mr. Wesley Williams $102,995.25 6/13/2011 8/31/2011 10.00% Archdiocese of Boston Mr. Rafik Ayoub $615,315.00 7/1/2011 10/31/2011 0.00% City of Haverhill Mr. Robert DeFuscc '6 $291,750.00 4/11/2011 6/30/2011 98.00% Childrens Hospital Mr. Stan Glushik 6 $420,000.00 6/25/2010 8/31/2011 95.00% Harvard Real Estate Services Mr. Steve Nason 781 272-4212 c/o CB Richard Ellis -NE Partner, 25 Corporate Drive, Suite 100 Burlin tc 617 730-0638 300 Longwood Avenue Boston 617 730-0639 300 Longwood Avenue Boston 860 226-3388 900 Cottage Grove Road, W1CBR Bloomfiel 617 627-3706 550 Boston Street Medford 207 620-7172 CCI Group, Inc., 526 Western Avenue Augusta 617 627-3706 550 Boston Street Medford 617 562-5510 77 Warren Street Brighton 617 357-6823 10 Post Office Square Boston 781 598-4000 3 City Hall Square Lynn 781 828-2440 3 Randolph Street Canton 617 552-0331 140 Commonwealth Ave. St. Clements Hall Chestnut Hi 617 268-0303 60 K Street Boston 508 999-9223 285 Old Westport Road Foster Admin. Building Room 213 North Dartmoi 617 353-2000 One Silber Way Boston 02467 World Trade Center East Two Seaport Lane Boston 617 484-1996 66 Brooks Drive Braintree 978 420-3606 Purchasing Department 4 Summer St, #105 Haverhill 617 355-8979 300 Longwood Avenue Boston 317) 384-8921 1350 Holyoke Center, 814 Massachusetts AvA r'—k,;.4-- MA 01803 Walker Parking Consultants, Inc. Mr. MA 02115 Gale Associates, Inc. Ms. MA 02115 Gale Associates, Inc. Ms. CT 06002 Walker Parking Consultants, Inc. Mr. MA 02155 Barr & Barr, Inc. Mr. ME 04330 Contracting Specialists Incorporated Mr. MA 02155 Barr & Barr, Inc. Mr. MA 02135 Gale Associates, Inc. Ms. MA 02109 Contracting Specialists Incorporated Mr. MA 01901 CBI Consulting, Inc. Mr. MA 02021 Taylor and Partners Mr. MA 02467 CBI Consulting, Inc. Mr. MA 02127 CBI Consulting, Inc. Mr. MA 02747 Contracting Specialists Incorporated Mr. MA 02215 Pihl, Inc. Mr. MA 02110 Contracting Specialists Incorporated Mr. MA 02184 The Thompson & Litchner Company, Inc. Mr. MA 01830 Simpson, Gumpertz & Hee Mr. MA 4' 02115 Gale Associates, Inc. Ms. MA 02138 Northstar Project and Real Estate Services Ms. Brian Don L. L. Prest Hathal Prest; I Tedrov McDerm Orlandc I Loiselle Britt 02138 e 20 Park Plaza, Suite 617 350-5040 1202 Boston MA 02116 617 335-6465 163 Libbe Parkwa We mouth MA 02189 X617 335-6466 164 Libbe Parkwa We mouth MA 02189 '617 350-5040 900 Cottage Grove Road, W1CBR Bloomfield CT 06002 617 636-0418 136 Harrison Avenue Boston MA 02111 508 222-2377 453 South Main Street Attleboro MA 02703 517)636-0418 136 Harrison Avenue Boston MA 02111 i17 335-6466 164 Libbey Parkwa We mouth MA 02189 08 222-2377 453 South Main Street Attleboro MA 02703 17 268-8977 250 Dorchester Avenue Boston MA 02127 17 426-2299 77 Summer Street Boston MA 02110 17 268-8977 250 Dorchester Avenue Boston MA 02127 7 268-8977 250 Dorchester Avenue Boston MA 02127 8 222-2377 453 South Main Street Attleboro MA 02703 35 North Street 1 401-2525 Suite 200 Canton MA 02021 3 222-2377 453 South Main Street Attleboro MA 02703 492-2111 111 First Street Cambridge MA 02141 41 Seyon Street 907-9000 Buildin 1, Suite 500 Waltham MA 02453 335-6466 164 Libbe Parkwa We mouth MA 02189 20 Prescott St 1721-8135 Unit B 02138 e , 288,428.00 8/30/2010 8/30/2011 50.00% MEPT Burlington, LLC Mr. John $350,000.00 4/8/2011 7/31/2011 33.00% Children's Hos ital Mr. William William $205,000.00 6/15/2011 8/30/2011 5.00% Children's Hospital Mr. $3,000,000.00 10/1/2011 11/30/2011 25.00% CIGNA Mr. Sam $230,000.00 $825,000.00 4/6/2011 7/1/2011 7/31/2011 12/31/2011 10.00% 2.00% Tufts University US General Service Administration Mr. Ms. Rudi Candida $455,800.00 7/1/2011 9/30/2011 0.00% Tufts University Mr. Rudi $851,827.00 $1,107,926.00 4/24/2011 4/19/2011 9/30/2011 10/31/2011 25.00% 25.00% Brighton Marine Health Center Broadway Real Estate Services Mr. Mr. Arthur Steve $88,300.00 7/1/2011 9/30/2011 0.00% City of Lynn Mr. Charles $389,886.00 5/23/2011 8/31/2011 35.00% Massachusetts Hospital School Mr. Rick $194,789.75 7/1/2011 8/31/2011 5.00% Boston College Mr. Jake 1,160,000.00 5/23/2011 10/15/2011 15.00% Kin Associates, LLP Mr. Bart $39,336.00 8/1/2011 8/31/2011 10.00% UMass Dartmouth Mr. Michael 1,035,000.00 9/10/2010 9/30/2011 45.00% Boston University Mr. '217,709.80 102,995.25 12/1/2010 6/13/2011 7/31/2011 8/31/201110.00% 75.00% CPT Brigham Circle, LLC Archdiocese of Boston Mr. Mr. —...Wesley Rafik 615,315.00 7/1/2011 10/31/2011 0.00% Cit of Haverhill Mr. Robert 291,750.00 4/11/2011 6/30/2011 98.00% Childrens Hospital Mr. Stan 420,000.00_1. 6/25/2010 8/31/2011 95.00% Harvard Real Estate Services Mr. Steve Carriker Conn Pizzi Hill Pizzi White White LaGrassa DeFusco Glushik Nason a zea-uiu3 60 K Street 285 Old Westport Road Foster Admin. Building 999-9223 Room 213 bbl 1)353-2000 c10 CB Richard Ellis -NE Partner, 25 Corporate Burlin ton Drive, Suite 100 H730 Lon wood Avenue -06.3q Lon wood Avenue 978 420-3606 ottage Grove Road, 317 355-8979 WIC 627-3706 550 Boston Street 117 384-8921 CCI Group, Inc., 620-7172 526 Western Avenue 1627-3706 550 Boston Street 562-5510 77 Warren Street 357-6823 10 Post Office S uare 598-4000 3 Cit Hall S uare 828-2440 3 Randol h Street MA 140 Commonwealth Ave. 552-0331 St. Clements Hall zea-uiu3 60 K Street 285 Old Westport Road Foster Admin. Building 999-9223 Room 213 bbl 1)353-2000 One Silber Wa World Trade Center East Burlin ton Two Sea ort Lane 617 484-1996 66 Brooks Drive Mr. Purchasing Department 978 420-3606 4 Summer St, #105 317 355-8979 300 Lon wood Avenue Boston Holyoke Center, 814 117 384-8921 1350 Massachusetts Ave. Richard rallace L. illace L. Jeff Don Don C Pre: Al T Walker Parking Consultants, Burlin ton MA 01803 Inc. Mr. Boston MA 02115 Gale Associates, Inc. Ms. Boston MA 02115 Gale Associates, Inc. Ms. Walker Parking Consultants, Bloomfield CT 06002 Inc. Mr. Medford MA 02155 Barr & Barr, Inc. Mr. Au usta ME Contracting Specialists 04330 Incor orated Mr. Medford MA 02155 Barr & Barr, Inc. Mr. Bri hton MA 02135 Gale Associates, Inc. Ms. Boston MA Contracting Specialists 02109 Incorporated Mr. L in MA 01901 CBI Consultin , Inc. Mr. Canton MA 02021 Ta or and Partners Mr. ;hestnut Hill MA 02467 CBI Consultin , Inc. Mr. Boston MA 02127 CBI Consulting, Inc. Mr. th Dartmouth MA 02747 Contracting Specialists Incor orated Mr. Boston MA 02215 Pihl, Inc. Mr. Boston Contracting Specialists MA 02110 Incor orated Mr. 3raintree MA The Thompson & Litchner 02184 Com an , Inc. Mr. iaverhill MA 01830 Sim son, Gum ertz & He er Mr. Boston MA 02115 Gale Associates, Inc. Ms. Northstar Project and Real imbrid e MA 02138 Estate Services Ms. Richard rallace L. illace L. Jeff Don Don C Pre: Al T Mx' - MA 02116 617 350-5040 20 Park Plaza, Suite 1202 Boston 617 335-6465 163 Libbey Parkway Weymouth MA 02189 617 335-6466 164 Libbey Pa kway Weymouth MA 02189 617 350-5040 900 Cottage Grove Road, W1CBR Bloomfield CT 06002 617 636-0418 136 Harrison Avenue Boston MA 02111 508 222-2377 453 South Main Street Attleboro MA 02703 617 636-0418 136 Harrison Avenue Boston MA 02111 617 335-6466 164 Libbey Pa kway Weymouth MA 02189 508 222-2377 453 South Main Street Attleboro MA 02703 617 268-8977 250 Dorchester Avenue Boston MA 02127 617 426-2299 77 Summer Street Boston MA 02110 617 268-8977 250 Dorchester Avenue Boston MA 02127 617 268-8977 250 Dorchester Avenue Boston MA 02127 508 222-2377 453 South Main Street Attleboro MA 02703 781 401-2525 35 North Street Suite 200 Canton MA 02021 508 222-2377 453 South Main Street Attleboro MA 02703 617 492-2111 111 First Street Cambridge MA 02141 781 907-9000 41 Seyon Street Building 1, Suite 500 Waltham MA 02453 617 335-6466 164 Libbey Pa kway Weymouth MA 02189 617 721-8135 20 Prescott St Unit B Cambridge MA 02138 Please Enter Your Firm's Name Hare: U Burlington Corporate Center Waterproofing $288,428.00 Childrens Hospital Farley Building Masonry $350,000.00 Bader Childrens Hospital Building Masonry $205,000.00 CIGNA Garage Restoration Waterproofing $3,000,000.00 K tom:- Tufts Dental Building Masonry $230,000.00 . . . . . . . . . . . J. W. McCormack Federal Historical Building Building Restoration $825,000 .00 Tufts M & V Phase III Masonry $455,800.00 Brighton Marine Health Center Masonry $851,827.00 -3 - W, R15 Ten Post Office Square Masonry $1,107,926.00 -W, E - Lynn Library Masonry $88,300.00 Mass Hospital School Waterproofing $389,886.00 Boston College Waterproofing $194,789.75 75 Kneeland Street Phase III Masonry $1,160,000.00 Umass Dartmouth Center for Visual Performing Arts Waterproofing $39,336.00 Boston University Bridge Waterproofing $1,035,000.00 Brigham Circle Waterproofing $217,709.80 St. Luke's Church Masonry $102,995.25 Haverhill Stadium Renovation Waterproofing $615,315.00 Childrens Hospital Waltham Masonry $219,750.00 Harvard University Ware Street Repairs and Canopy Protection Masonry $420,000.00 VIN V0 S I -M MA, y�' r0l 't. Ki Wi RW OgN AN Fd 0�*.rl NI $288,428.00 8/30/2010 8/30/2011 50.00% MEPT Burlington, LLC Mr. John Carriker $350,000.00 4/8/2011 7/31/2011 33.00% Children's Hospital Mr. William Connelly $205,000.00 6/15/2011 8/30/2011 5.00% Children's Hospital Mr. William Connelly $3,000,000.00 10/1/2011 11/30/2011 25.00% CIGNA Mr. Sam Steinberg $230,000.00 4/6/2011 7131/2011 10.00% Tufts University Mr. Rudi Pizzi US General Service $825,000.00 7/1/2011 12/31/2011 2.00% Administration Ms. Candida Hill $455,800.00 711/2011 9/30/2011 0.00% Tufts University Mr. Rudi Pizzi Brighton Marine Health $851,827.00 4/24/2011 9/30/2011 25.00% Center Mr. Arthur Berg Broadway Real Estate $1,107,926.00 4/1912011 10/31/2011 25.00% Services Mr. Steve White $88,300.00 7/1/2011 9/30/2011 0.00% City of Lynn Mr. Charles White Massachusetts Hospital $389,886.00 5/2312011 8/31/2011 35.00% School Mr. Rick Pollara $194,789.75 7/1/2011 8/31/2011 5.00% Boston College Mr. Jake Mycofsky $1,160,000.00 5/23/2011 10/15/2011 15.00% King Associates, LLP Mr. Bart Coughlin $39,336.00 8/1/2011 8/31/2011 10.00% UMass Dartmouth Mr. Michael LaGrassa $1,035,000.00 9/10/2010 9/3012011 45.00% Boston University Mr. CPT Brigham Circle, $217,709.80 12/112010 7/31/2011 75.00% LLC Mr. Wesley Williams $102,995.25 6/13/2011 8/31/2011 10.00% Archdiocese of Boston Mr. Rafik Ayoub $615,315.00 7/1/2011 10/31/2011 0.00% City of Haverhill Mr. Robert DeFusco $291,750.00 4/11/2011 6/30/2011 98.00% Childrens Hospital Mr. Stan Glushik Harvard Real Estate $420,000.00 6/25/2010 8/31/2011 95.00% Services Mr. Steve Nason lam . z �=Fg`'3ar�'�rz2�r �'x£' • l i S`�".-�'`.` �v���� � �s �;���� :may � ���"� *s .1. - `L � � P 3 n£4���.. �":�,.�� _ '11}�'` �.�'�'� �,-� y� �� :m 2 41,—,.•�_'�' �� �-�'����.,�x r r ee o 9�o e. a o.. a c/o CB Richard Ellis -NE Partner, 25 Corporate Walker Parking Consultants, 781 272-4212 Drive, Suite 100 Burlington MA 01803 Inc. Mr. Brian Pres] 617 730-0638 300 Longwood Avenue Boston MA 02115 Gale Associates, Inc. Ms. Olga Hatha 617 730-0639 300 Longwood Avenue Boston MA 02115 Gale Associates, Inc. Ms. Ola Hatha, 900 Cottage Grove Road, Walker Parking Consultants, 860 226-3388 W1CBR Bloomfield CT 06002 Inc. Mr. Brian Prest 617 627-3706 550 Boston Street Medford MA 02155 Barr & Barr, Inc. Mr. Richard Aluko CCI Group, Inc., Contracting Specialists 207 620-7172 526 Western Avenue Augusta ME 04330 Incorporated Mr. Wallace L. Fri c 617 627-3706 550 Boston Street Medford MA 02155 Barr & Barr, Inc. Mr. Richard Alukoi 617 562-5510 77 Warren Street Brighton MA 02135 Gale Associates, Inc. Ms. Olga Hathav Contracting Specialists 617 357-6823 10 Post Office Square Boston MA 02109 Incorporated Mr. Wallace L. Fri o 781 598-4000 3 City Hall Square Lynn MA 01901 CBI Consulting, Inc. Mr. Jeff Barne 781 828-2440 3 Randolph Street Canton MA 02021 Taylor and Partners Mr. Mark Tedro 140 Commonwealth Ave. 617 552-0331 St. Clements Hall Chestnut Hill MA 02467 CBI Consulting, Inc. Mr. Stephen McDern 617 268-0303 60 K Street Boston MA 02127 CBI Consulting, Inc. Mr. Craig Barne 285 Old Westport Road Foster Admin. Building Contracting Specialists 508 999-9223 Room 213 North Dartmouth MA 02747 Incorporated Mr. Don Kearn( 617 353-2000 One Silber Way Boston MA 02215 Pihl, Inc. Mr. Gary Orlanc World Trade Center East Contracting Specialists Two Seaport Lane Boston MA 02110 Incorporated Mr. Don Kearn( The Thompson & Litchner 617 484-1996 66 Brooks Drive Braintree MA 02184 Company, Inc. Mr. Robert Loisell Purchasing Department 978 420-3606 4 Summer St, #105 Haverhill MA 01830 Simpson, Gumpertz & Heger Mr. Timothy Mont on 617 355-8979 300 Longwood Avenue Boston MA 02115 Gale Associates, Inc. Ms. Olga Hatha" Holyoke Center, 814 Northstar Project and Real 617 384-8921 1350 Massachusetts Ave Cambridge MA 02138 Estate Services Ms. Catherine Britt 20 Park Plaza, Suite 617 350-5040 350-5040 1202 Boston MA 02116 617 335-6465 335-6465 163 Libbey Parkway Weymouth MA 02189 617 335-6466 335-6466 164 Libbey Parkway Weymouth MA 02189 617 350-5040. 350-5040. 900 Cottage Grove Road, WICBR Bloomfield CT 06002 617 636-0418 636-0418 136 Harrison Avenue Boston MA 02111 — 508 222-2377 222-2377 453 South Main Street Attleboro MA 02703 — 617 636-0418 636-0418 136 Harrison Avenue Boston MA 02111 — 617 335-6466 335-6466 164 Libbey Pa kway Weymouth MA 02189_ — 508 222-2377 222-2377 453 South Main Street Attleboro MA 02703 — 617 268-8977 268-8977 250 Dorchester Avenue Boston MA 02127 617 426-2299 426-2299 77 Summer Street Boston MA 02110 — 617 268-8977 268-8977 250 Dorchester Avenue Boston MA 02127 — 617 268-8977 268-8977 250 Dorchester Avenue Boston MA 02127 508 222-2377 222-2377 453 South Main Street Attleboro MA 02703 781 401-2525 401-2525 35 North Street Suite 200 Canton MA 02021 — 508 222-2377 222-2377 453 South Main Street Attleboro MA 02703 — 617 492-2111 492-2111 111 First Street Cambridge MA 02141 — 781 907-9000 907-9000 41 Seyon Street Building 1, Suite 500 —Waltham MA 02453 — 617 335-6466 335-6466 164 Libbey Pa kway _ Weymouth MA 02189 — (617) 721-8135 20 Prescott St Unit B Cambridge MA 02138 S 4-,r<,�-f 7 .s'j.. .��„,(-.v,�' 7a.ef ,r\'s�,���� 3l v`'F7'-•Y[3 ..'t�' 'v-- ��1-. �3� `;'�-� .,S} k`xsr �.�+� ��.�'y..5 � L`.-:, �- Y,P� �}±� : SCL "`` 3 �0. 'C Y . ,_f - a� •£ .% K F 'u+<z '4 �'��` �`� tS•F- .. ., �}--.-.-y lY-'�, °hS..� -'�� �' �6A. - j`�,�.¢'}�`3 hd3s fP r` 23,854.00 3/1/2005 5/31/2006 City of Lawrence Mr. Fred Carberry 978 682-7099 147 Haverhill Street Lawrence 97,959.73 5/12/2008 8/11/2009 City of Boston Ms. Therese Ruane 617 954-2000 415 Summer St Boston 0,607.00 5/5/2010 9/1/2010 Town of Weymouth Ms. Joanne Lamoth 781 337-1402 75 Middle Street Weymouth 32,082.00 11/1/2009 2/4/2011 Equity Residential Ms. I Michelle Wiggins 706 434-3142 801 Broad Street, Suite 1000 Augusta 7,340.00 4/26/2010 9/17/2010 King Associates, LLP Mr. Ralph Young 617 268-0303 60 K Street Boston 3,295.00 7/19/2010 9/13/2010 Brown University Mr. Seth Izzi 401 863-7735 Box 1941 Providence 0,276.00 6/25/2010 9/28/2178 Harvard Real Estate & Planning Mr. Steve Nason 617 496-0700 1350 Massachusetts Avenue Cambridge 4,386.00 6/7/2010 8/19/2010 Massachusetts Institute ofTechnology Mr. Philip Hatchowel 617 452-2196 Dept of Facilities PO Box 390506 Cambrid e 31-33 Commonwealth 2,150.00 5/31/2010 11/29/2010 Avenue Condominium Trust Mr. Lee Bloom 617, 316-3300 c/o Mediate Management 180 Lincoln St, Suite 3 Boston 11,960.00 5/13/2010 1/5/2011 Tufts University Mr. Rudi Pizzi 617 627-3706 520 Boston Avenue Medford 1,343.00 8/2/2010 2/1/2511 Children's Hospital Mr. Bill Connell 617 355-8979 300 Longwood Avenue Boston ,750.00 6/28/2010 9/3/2010 MATCH Foundation Ms. Ashley Danoff 6172320300 x 1281 1001 Commonwealth Avenue Boston c/o Hines LTD ;,747.00 6/11/2009 8/9/2010 NOP Wellesley Gateway LLC Mr. Gregory Brown 781 235-6005 Partnership, 93 Worcester Street Wellesley Bushnell Plaza 0,567.00 5/12/2008 8/11/2009 Condominium Plaza Mr. Bourke Spellac 860 278-2040 1 Gold St Hartford Shaw's Supermarkets, 4,354.00 4/14/2009 10/18/2010 Inc. Mr. Richard Hill 207 773-5278 1364 Con ress Street Portland 0,618.00 4/15/2010 10/14/2010 MIT Mr. Richard Amster 617 324-3990 PO Box 390506 Cambridge ,818.00 4/1/2010 7/21/2010 Genzyme Corporation Mr. Jim Belmore 617 252-7500 1 One Mountain Road Framingham ,380.00 4/1/2010 8/30/2010 Tufts University Mr. Rudi Pizzi 617 627-3706 520 Boston Avenue Medford ,055.00 7/13/2010 12122/2010 BOSE Corporation Mr. Jim Lentini 508 879-7330 100 The Mountain Road Framingham ,381.00 4/14/2009 11/2/2010 Marine Biology Lab Mr. Richard Cutler 508 548-3705 7 MBL Street Woodshole 995.00 9/10/2010 5/26/2010 MA DOT Mr. 'ahan I Dehkardhani (6171973-7800 110 Park Plaza, Suite 4160 Boston MA Water Resource 257.00 11/17/2009 i 1/11/2011 Authority Mr. Kevin Feeley 617 242-60001 100 First Avenue Boston Sr e � � n,o . wilacm (508) 222-2377 453 South Main Street Attleboro MA 01840 Contracting Specialists Inc Mr. Wallace Fr on MA 02210 Contracting Specialists Inc Mr. Don Kearney (508) 222-2377 453 South Main Street Attleboro MA 02189 Colantonio, Inc. Mr. Bill Gambill (508) 429-8666 16 Everett Street Holliston 18 Tremont Street, Suite GA 30901 Desman Associates Mr. Matthew Gallagher (617) 778-9882 300 Boston MA 02127 Contracting Specialists IncMr. Don Kearney (508) 222-2377 453 South Main Street Attleboro RI 02912 Contracting Specialists Inc Mr. Wallace Fri on (508.) 222-2377 453 South Main Street Attleboro Northstar Project & Real 20 Prescott Street Unit MA 02138 Estate Services MIS. Catherine Britt (617) 721-8135 1B Cambridge MA 02139 JCH Consulting, Inc. Ms. Jennifer Campbell -Home 617-8381499 4 Cross Street, Suite 2 Westborough MA 02111 JCH Consulting, Inc. Ms. Jennifer Campbell -Home (617) 838-1499 4 Cross Street, Suite 2 Westborough MA 02155 Barr and Barr Inc Mr. Rich Alukonis (617) 636-0418 136 Harrison Avenue Boston MA 02115 Contracting Specialists Inc Mr. Don Kearney (508) 222-2377 453 South Main Street Attleboro MA 02115 JCH Consulting, Inc. Ms. Jennifer Campbell -Horne (617) 838-1499 4 Cross Street, Suite 2 Westborouqh 20 Park Plaza Suite MA 02481 1 Walker Parking Consultants Mr. Brian Preston (617) 350-5040 1202 Boston CT 06103 Capobianco and Associates Mr. Sal Capobianco (617) 737-5115 160 Federal Street Boston ME 04102 DM Berg Consultants Mr. Thomas Heger (781) 444-5156 570 Hillside Avenue Needham 41Seyon Street, Bldg 1, MA 02139 Simpson Gumpertz Heger Mr. John Porter 781-907-9000 Suite 500 Waltham MA 01701 DC Beane and Associates Mr. Joseph Gaiko (617) 330-9900 27-43 Wormwood Street Boston MA 02155 Contracting Specialists Inc Mr. Don Kearney (508) 222-2377 453 South Main Street Attleboro 260 Cochituate Rd, 2nd MA 01701 Barr and Barr Inc Mr. Michael Arsenault (508) 879-5750 Floor Framingham 3 Davol Square, Suite MA 02543 Shawmut Design Mr. Kyle Lloyd (401.) 752-6600 A275 Providence 35 North Street, Suite MA 02116 PihI, Inc. Mr. Henrik Peterson (781) 401-2525 200 Canton MA 02129 Interstate Engineering, Inc. , Mr. Ron Katz___V(978) 744-8883 193 Jefferson Avenue Salem 6 23,854.00 3/1/2005 5/31/2006 City of Lawrence Mr. Fred Carberry 978 682-7099 147 Haverhill Street Lawrence )7,959.73 5/12/2008 8/11/2009 City. of Boston Ms. Therese Ruane 617 954-2000 415 Summer St Boston 3,607.00 5/5/2010 9/1/2010 Town of Weymouth Ms. Joanne Lamoth 781 337-1402 75 Middle Street Weymouth 801 Broad Street, Suite 52,082.00 11/1/2009 2/4/2011 Equity Residential Ms. Michelle Wiggins 706 434-3142 1000 Augusta 7,340.00 4/26/2010 9/17/2010 Kinq Associates, LLP Mr. Ralph Young 617 268-0303 60 K Street Boston . 3,295.00 7/19/2010 9/13/2010 Brown University Mr. Seth Izzi 401 863-7735 Box 1941 Providence Harvard Real Estate & 1350 Massachusetts ),276.00 6/25/2010 9/28/2178 Planning Mr. Steve Nason 617 496-0700 Avenue Cambridge Massachusetts Institute Dept of Facilities PO Box 1,386.00 6/7/2010 8/19/2010 ofTechnology Mr. Philip Hatchowel 617 452-2196 390506 Cambridge 31-33 Commonwealth Avenue Condominium c/o Mediate Management ?,150.00 5/31/2010 11/29/2010 Trust Mr. Lee Bloom 617.316-3300 180 Lincoln St, Suite 3 Boston 1,960.00 5/13/2010 1/5/2011 Tufts University Mr. Rudi Pizzi 617 627-3706 520 Boston Avenue Medford 1,343.00 8/2/2010 2/1/2511 Children's Hospital Mr. Bill Connell 617 355-8979 300 Longwood Avenue Boston 1001 Commonwealth ',750.00 6/28/2010 9/3/2010 MATCH Foundation Ms. Ashley Danoff 6172320300 x 128 Avenue Boston c/o Hines LTD NOP Wellesley Partnership, 93 Worcester 747.00 6/11/2009 8/9/2010 Gateway LLC Mr. Gregory Brown 781 235-6005 Street Wellesley Bushnell Plaza 0,567.00 5/12/2008 8/11/2009 Condominium Plaza Mr. Bourke S ellac 860 278-2040 1 Gold St Hartford Shaw's Supermarkets, 4,354.00 4/14/2009 10/18/2010 Inc. Mr. Richard Hill 207 773-5278 1364 Congress Street Portland 3,618.00. 4/15/2010 10/14/2010 MIT Mr. Richard . Amster 617 324-3990 PO Box 390506 Cambridge ,818:00 4/1/2010 7/21/2010 Genzyme Corporation Mr. Jim . Belmore 617 252-7500 One Mountain Road Framingham ,380.00 4/1/2010 8/30/2010 Tufts University Mr. Rudi Pizzi . 617 627-3706 520 Boston Avenue Medford ,055.00. 7/13/2010 12/22/2010 BOSE Corporation Mr. Jim Lentini 508 879-7330 1 100 The Mountain Road Framingham 381.00. 4/14/2009. 11/2/2010 Marine Biology Lab Mr. I Richard Cutler 508 548-3705 7.MBL Street Woodshcte 995.00 9/10/2010 5/26/2010 MA DOT Mr. 'ahan Dehkardhani 617 973-7800 10 Park Plaza, Suite 4160 Boston MA Water Resource 257.00 1 11/17/2009 1 1/11/2011 Authority Mr. Kevin Feeley 617 242-6000 1 100 First Avenue Boston URBELIS & FIELDSTEEL, LLP 155 FEDERAL STREET BOSTON, MASSACHUSETTS 02110-1727 CAROL HAAAR MCGRAVEY OF COUNSEL e-mail chm@uf-law.com October 25, 2012 Raymond Santilli Assistant Town Manager North Andover Town Offices 120 Main Street North Andover, MA 01845 RE: CONTRACT WITH PATRIOT RESTORATION, INC. Dear Ray: Telephone 978-475-4552 Telephone 617-338-2200 Telecopier 617-338-0122 Enclosed please find the above -referenced contract, which has been approved as to form. Very truly yours, A Crol Hajjar McGravey CHM/kmp Enclosure s:\wp51\work\n-andove\corresp\santilli.ltr - contractW.docx TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli ° . v TEL (978) 688-9516 Assistant Town Manager o FAX (978) 688-9556 October 23, 2012 Attorney Carol McGravey Urbelis & Fieldsteel, LLP 155 Federal Street Boston, MA 02110 Dear Ms. McGravey: Enclosed please find for your review and approval three (3) original contracts, with accompanying documentation, between the Town of North Andover and Patriot Restoration, Inc for masonry repairs at the Stevens Estate per the Invitation for Bids issued on September 19, 2012. The prevailing wage report is not attached to the contracts being sent to you due to it being quite large. It will be attached to each contract document prior to final execution. Thank you in advance for your attention to this matter. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures i Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 27, 2012 ADDENDUM #1 The following changes are made to the Bid Documents dated September 19, 2012 for the project Stevens Estate Masonry Repairs, North Andover, MA: SPECIFICATION ITEMS 1. To the Project Manual, Section 01.11.00 Summary of Work, paragraph 3.1, add the following subparagraphs: "A. Suspension: When weather conditions are unsuitable for the performance of the Work as specified, construction activities may be suspended by the Contractor and resumed when weather conditions are suitable. An extension of the Contract Time to include the suspension period due to unsuitable weather shall not be unreasonably withheld. There shall be no costs to the Owner associated any suspension of activities due to unsuitable weather. The Contractor shall be solely responsible for protecting completed Work and materials and equipment left on site and for maintaining the site in a safe and orderly state throughout the suspension period. B. Weather Protection: When weather conditions are unsuitable for the performance of the Work as specified and the Contractor elects to continue construction activities, the Contractor shall be responsible for weather protection as described in Section 01.50.00 Temporary Facilities and for ensuring environmental conditions for the proper performance of Work are maintained. 2. To the Project Manual, add the attached Section 01.22.00 Unit Prices. 3. To the Project Manual, Section 01.31.00 Coordination, paragraph 3.1, subparagraph A, add the following sentence: "The work of the window contractor includes removal of asbestos -containing caulking at brownstone joints." 4. To the Project Manual, Section 01.31.00 Coordination, paragraph 3.2, add the following subparagraph: "B. Brownstone Caulking: Coordinate and schedule brownstone repairs and restoration with removal of existing caulking at brownstone joints to be performed under separate contract." 5. From the Project Manual, Section 04.01.20 Masonry Restoration, paragraph 1.2, delete subparagraph C. 6. From the Project Manual, Section 04.01.40 Stone Restoration, paragraph 1.2, delete subparagraph C. The date and time General Bids are due remain unchanged. Receipt of Addendum #1 must be recognized on paragraph "B" of the Form of General Bid. Failure to do so may result in the rejection of your bid. END OF ADDENDUM #1 ADDENDUM #1 1 of 1 Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 27, 2012 SECTION 01.22.00 UNIT PRICES 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 GENERAL PROVISIONS: The Unit Prices for items set forth in the Schedule of Unit Prices shall be used to determine adjustments to the Contract Sum when changes in the Work involving said items are made in accordance with the Contract Documents. 3.0 REQUIREMENTS 3.1 ADDITIONS have been computed to include net cost plus overhead, profit, and bond and all other charges required to complete the Work item. 3.2 DEDUCTIONS have been computed at the net cost alone. 3.2 NET COSTS include the cost of all labor, materials, equipment, disposal, and all other costs required to complete the Work item. 3.3 Unit Prices shall apply throughout the duration of the Project, until Final Completion. 3.4 Unit Prices for masonry and stone restoration include the costs of staging, winter conditions, protection, and all other related costs. 3.5 Materials, methods of installation, and definitions of terms set forth under the various Unit Price items in the Schedule of Unit Prices shall be as indicated in the Contract Documents. 4.0 VERIFICATION AND AUTHORIZATION 4.1 Prior to commencing removal or placement of materials set forth in the Schedule of Unit Prices, the Contractor shall notify the Architect in sufficient time to permit proper measurements to be taken on behalf of the Owner. Only quantities which have been approved in writing by the Architect will be considered in the determination of adjustments to the Contract Sum. 4.2 Performance of Work which is not required under the Contract Documents or which is not authorized by Change Order, whether or not such Work item is set forth hereunder as a Unit Price item, shall not be considered cause for extra payment. The Contractor will be held fully responsible for such unauthorized work, including the performance of all corrective measures required by the Architect. 5.0 SCHEDULE OF UNIT PRICES 5.1 BRICK RESTORATION: The extent of brick restoration may vary from that shown on the Drawings and as specified. Substantial deviations from the Work shown on the Drawings and as specified shall be calculated as follows: A. Additions: $26.00 per square foot of finished surface area. B. Deductions: $20.00 per square foot of finished surface area. Unit Prices 01.22.00-1 i Stevens Estate Masonry Repairs North Andover, MA Kang Associates, Inc. September 27, 2012 5.2 STONE REPAIR AND RESTORATION: The extent of stone repair and restoration may vary from that shown on the Drawings and as specified. Substantial deviations from the Work shown on the Drawings and as specified shall be calculated as follows: A. Additions: $47.00 per square foot of finished surface area. B. Deductions: $40.00 per square foot of finished surface area. END OF SECTION Unit Prices 01.22.00-2 Project Manual including Specifications for: Stevens Estate Window Replacement J I u " •b^i»� Y 1 �fi �� � •� �; .a+. ,� n.. �va�' d ' Vi '_TW ��7 I���.. u4 :.. � • i i; C C� ¢ 44�� y1 L •�$1 Awarding Authority: Town of North Andover 120 Main Street North Andover, MA 01845 Kang Associates, Inc. 339 Boston Post Road Sudbury, MA Environmental Consultant: R.I. Analytical Laboratories, Inc. 41 Illinois - Avenue Warwick, RI 02888 Date: September 19, 2012 Stevens Estate Window Replacement North Andover, MA PROJECT: STEVENS ESTATE MASONRY REPAIR 723 Osgood Street North Andover, MA 01845 AWARDING AUTHORITY: TOWN OF NORTH ANDOVER 120 Main Street North Andover, MA 01845 tel: 978-688-9516 fax: 978-688-9556 ARCHITECT: KANG ASSOCIATES, INC. 339 Boston Post Road Sudbury, MA 01776 tel: 978-443-6383 fax: 978-443-1360 ENVIRONMENTAL CONSULTANT: R.I. ANALYTICAL LABORATORIES, INC. 41 Illinois Avenue Warwick, RI 02888 tel: 401-562-1320 fax: 401-732-8034 DATE: September 19, 2012 TITLE SHEET TITLE SHEET - 1 Kang Associates, Inc. September 19, 2012 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 INVITATION TO BID The Town of North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Window Replacement in North Andover, Massachusetts, in accordance with the documents prepared by Kang Associates, Inc. The Project consists of asbestos abatement, window replacement, painting of windows, and repair and painting of exterior trims and wood components. The work is estimated to cost $200,000. General bidders must be certified by the Division of Capital Asset Management in the following category of work: Doors and Windows. Bids are subject to M.G.L. c.149 §44A -J and to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive. General Bids will be received until 2:OOPM on October 3, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed Bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 and received no later than the date and time specified above. General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the Town of North Andover. Bid Forms and Contract Documents will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.com starting September 19, 2012. A deposit is required in the amount of $50.00 per set, payable to BidDocsOnline, in the form of a certified or cashier's check or a money order. This deposit will be refunded for up to two sets for general bidders upon return of the sets in good condition within thirty days of receipt of general bids. Otherwise the deposit shall be the property of the Awarding Authority. Additional sets may be purchased for $50.00. Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for regular mail and $65.00 per set for next day delivery, payable to the BidDocsOnline, to cover mail handling costs. A pre-bid conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA, on Sept. 26, 2012 at 2:OOPM. Bidders will be held responsible for thoroughly familiarizing themselves with all existing conditions. Town of North Andover September 19, 2012 INVITATION TO BID - 1 Stevens Estate Window Replacement North Andover, MA TABLE OF CONTENTS Kang Associates, Inc. September 19, 2012 Number of Pages TitleSheet......................................................................... 1 Invitation to Bid...................................................................... 1 Table of Contents.................................................................... 2 DIVISION 00 - BIDDING REQUIREMENTS Instructions to Bidders................................................................ 5 Form of General Bid.................................................................. 2 Certificate of Corporate Bidder.......................................................... 1 Certificate of Non -Collusion and Certificate of Tax Compliance ................................ 1 Certification of Labor Harmony and OSHA Training Requirements .............................. 1 DCAM Update Statement............................................................. 10 Formof Bid Bond.................................................................... 2 DIVISION 00 - CONTRACT REQUIREMENT FORMS Certificate of Vote.................................................................... 1 Foreign Corporations Certification....................................................... 1 PerformanceBond................................................................... 2 PaymentBond...................................................................... 1 DIVISION 00 - CONTRACT REQUIREMENTS Town of North Andover Contract........................................................ 9 Supplement"C".................................................................... 10 State Prevailing Wage Rates.......................................................... 68 Weekly Payroll Records Report and Statement of Compliance ................................. 1 Massachusetts Weekly Certified Payroll Report Form ........................................ 1 Drawings Index...................................................................... 1 DIVISION 01 - GENERAL REQUIREMENTS 01.11.00 Summary of Work.......................................................... 2 01.31.00 Coordination.............................................................. 1 01.32.00 Project Procedures......................................................... 3 01.33.00 Submittals................................................................ 3 01.41.00 Regulatory Requirements.................................................... 1 01.50.00 Temporary Facilities........................................................ 2 01.77.00 Contract Closeout.......................................................... 3 DIVISION 02 - EXISTING CONDITIONS 02.01.00 Existing Conditions......................................................... 1 Attachment: Asbestos and Lead Survey of the Steven's Estate ...................... 25 02.41.19 Selective Demolition........................................................ 3 02.82.00 Asbestos Remediation..................................................... 14 DIVISION 03 - CONCRETE...................................................... Not Used DIVISION 04 - MASONRY....................................................... Not Used DIVISION 05 - METALS......................................................... Not Used 51919011 _'�Pir0ii Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 ` DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06.10.00 Rough Carpentry ............................................................ 3 06.20.00 Finish Carpentry ............................................................ 6 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07.92.00 Joint Sealants.............................................................. 3 DIVISION 08 - OPENINGS 08.14.66 Wood Screen Doors......................................................... 3 08.52.00 Wood Windows............................................................. 7 DIVISION 09 - FINISHES 09.90.00 Painting................................................................... 7 DIVISION 10 - SPECIALTIES..................................................... Not Used DIVISION 11 - EQUIPMENT...................................................... Not Used DIVISION 12 - FURNISHINGS..................................................... Not Used DIVISION 13 - SPECIAL CONSTRUCTION .......................................... Not Used DIVISION 14 - CONVEYING EQUIPMENT ........................................... Not Used DIVISION 21 - FIRE SUPPRESSION ............................................... Not Used I-/ DIVISION 22 - PLUMBING....................................................... Not Used DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING ...................... Not Used DIVISION 26 - ELECTRICAL...................................................... Not Used DIVISION 31 - EARTHWORK..................................................... Not Used DIVISION 32 - EXTERIOR IMPROVEMENTS ......................................... Not Used CONTENTS -2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 INSTRUCTIONS TO BIDDERS 1.0 GENERAL INFORMATION 1.1 AWARDING AUTHORITY: Town of North Andover, 120 Main Street, North Andover, Massachusetts 01845. 1.2 ARCHITECT: Kang Associates, Inc., 339 Boston Post Road, Sudbury, Massachusetts 01776. 1.3 APPLICABLE LAWS: All bids are subject to all local, state, and federal laws and regulations governing the bidding process including, but not limited to, Massachusetts General Laws Chapter 149, Sections 44A through 44L, as amended. 1.4 Instructions to Bidders are not part of the Contract Documents unless specifically referenced in the Owner/Contractor Agreement. 2.0 AVAILABILITY OF BID SETS 2.1 NUMBER OF BID SETS: Two complete bid sets, consisting of Contract Documents (Drawings and Project Manual) and Bidding Documents, are available to each general bidder. 2.2 LOCATION: Bid sets can be picked up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.com 2.3 DEPOSIT: A deposit in the amount of $50.00 for each bid set is required. The deposit shall be in the form of a certified or cashier's check or a money order made payable to BidDocsOnline. Deposits will be refunded in full for bid sets returned complete and in good condition within 30 days (Saturdays, Sundays, and Holidays excluded) of the date general bids are due. Bid sets will be mailed upon receipt of a non-refundable handling fee of $40.00 per bid set for regular mail delivery and $65.00 per bid set for overnight delivery. Mailing and handling fee shall be in the form of a certified or cashier's check or a money order, made payable to BidDocsOnline. 2.4 One complete set of Contract Documents will be available for examination at the North Andover Town Hall, Town Manager's Office, 120 Main Street, North Andover, MA 01845. 3.0 EXAMINATION OF BID SETS 3.1 Each bidder shall read and examine the Contract Documents and Bidding Documents to become familiar with and understand their contents. 3.2 QUESTIONS: Bidders requiring clarification or interpretation of the Contract Documents shall submit them to the Architect in writing. Such requests must be received by the Architect at least five days (Saturdays, Sundays, and Holidays excluded) prior to the date bids are due. 3.3 ADDENDA: Responses to requests for clarification and interpretation as submitted in accordance with Paragraph 3.2 of this Section shall be in the form of written Addenda. One copy per bid set of each Addendum shall be distributed by mail or facsimile. Failure to receive any Addendum shall not relieve a bidder from any obligation under his Bid as submitted. One copy of each Addendum will be available for examination at the North Andover Town Hall, Town Manager's Office, 120 Main Street, North Andover, MA 01845. INSTRUCTIONS TO BIDDERS - 1 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 3.4 CONTRACT TIME: Time is of the essence in this Contract. All Work shall be completed within 180 days. Extensions of time shall be granted in accordance with the General Conditions. 3.5 PREVAILING WAGE: This Project is subject to the Prevailing Wage Rates set by the Massachusetts Department of Labor and Industries, as stipulated in the Supplementary Conditions. 3.6 TAXES: The Awarding Authority is exempt from paying state sales tax. Tax exemption number will be provided to the successful general bidder. 3.7 PERMITS: Building permits will be required for the project but permit fees will be waived by the Town of North Andover. 4.0 SITE VISITS 4.1 REQUIRED SITE VISIT: Each bidder shall visit the sites to make himself completely familiar with general, local, and existing physical and legal conditions and to correlate these conditions with the Work as described in the Contract Documents, including Addenda. Failure to visit the sites shall not relieve the bidder from any obligation under the bidder's Bid as submitted. 4.2 PRE-BID CONFERENCE: A Pre -Bid Conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA on September 26, 2012 at 2:OOPM. 5.0 BID SUBMISSION 5.1 GENERAL BID FORM: Each General Bid shall be submitted on the General Bid Form as included with the Bidding Documents. Blanks on the bid form shall be filled in by typewriter or handwritten in ink. Amounts shall be expressed in words and numbers with the verbal amount governing in cases of discrepancy. There shall be no interlineations, alterations, or erasures of the bid form. 5.2 BID DEPOSIT: Each General Bid shall be accompanied by a Bid Deposit in the amount of 5% of the total Bid amount. Bid deposits shall be in the form of a bid bond, cash, certified check, or'cashier's check. Checks shall be issued by a responsible bank or trust company and made payable to the Awarding Authority. Bid bonds shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. Bid bond form shall be AIA document A310 or other satisfactory to the Awarding Authority. Bid Deposits shall be returned in accordance with M.G.L. Chapter 149, Section 44B. Bid Deposits shall be returned with bids withdrawn before bid opening. miotmell imigri A. General Bidders: Each General Bid submitted must be accompanied by a copy of a Certificate of Eligibility issued by the Department of Capital Asset Management (DCAM) showing that the bidder has the classification and capacity rating to perform the Work. The classification required for general bids is Windows and Doors. Include a current update statement using the DCAM Eligibility Update Form. The Awarding Authority will use the Certificate of Eligibility and the Update Form to determine the lowest responsible and eligible bidder. Bids submitted without the Certificate of Eligibility and Update Form shall be invalid. " 1 INSTRUCTIONS TO BIDDERS - 2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 B. Corporations: Corporate general bidders must submit a Certificate of Corporate Bidder with the bid form. C. Evaluation of Bids: The Town may at its discretion give the bidder notice of defects or omissions in the bidder's Update Statement and an opportunity to make revisions to that statement. A contractor's bid shall not be rejected if there are mistakes or omissions of form in its Update Statement, provided the contractor promptly corrects those mistakes or omissions upon request by the Town. The Town will consider the information contained in the Update Statement, which it may verify by its own investigation, and material that it may request from the DCAM according to 810 CMR 4.03(12) in determining whether the low bidder is eligible for contract award pursuant to M.G.L. C. 149, s. 44A(2). The Town's eligibility review of the low bidder will concentrate on the bidder's performance since its last certification by the DCAM, provided, however, that the Town may bring information to the DCAM's attention concerning a contractor's qualifications, if the DCAM was not aware of that information when it certified the contractor. In determining who is the lowest responsible and eligible bidder, pursuant to M.G.L. C. 149, s. 44D(6), the Town may consider the bidder's past performance on projects undertaken or completed within the past five years. The low bidder may not be awarded a contract which, when the annualized value thereof is added to the annualized cost to complete all other currently held contracts, would exceed the contractor's aggregate rating limit. The Town will use the information provided in the Update Statement to compute the amount of work the bidder has underway. If the bidder provides the Town with evidence that its outstanding annualized balance of contracts (plus the annualized value of its bid for this project) will be within its aggregate rating limit by the start date of the project for which it is low bidder, the Town may, at its discretion, make the contract award. 4. The contract shall not be awarded to any bidder whose submitted background information, when investigated and verified by the Town, raises significant question as to his ability to successfully complete the project in question due to problems with his competence and responsibility. 5.4 GENERAL BIDS DUE A. Date and Time: General Bids are due by October 3, 2012 at 2:00 PM. B. Location: General Bids shall be delivered to the North Andover Town Hall, Town Manager's Office, 120 Main Street, North Andover, MA 01845 in a sealed envelope within a sealed outer envelope. Both envelopes shall be clearly marked with the name of the Project, the name of the bidder, and the words "GENERAL BID ENCLOSED". Bids delivered in person will be accepted during building hours, Monday through Thursday from 8AM to 4:30PM and Friday from 8AM to 12PM, but in no case later than the date and time specified above. 5.5 BID MODIFICATIONS, written or verbal, are not permitted. INSTRUCTIONS TO BIDDERS - 3 Stevens Estate Window Replacement Kang Associates, Inc. F 1 North Andover, MA September 19, 2012 J 5.6 BID WITHDRAWAL is permitted by written request received prior to bid opening. Withdrawn bids may be resubmitted up to the date and time bids are due. 6.0 PERFORMANCE AND PAYMENT BONDS 6.1 The successful general bidder shall furnish the Awarding Authority with a Performance Bond and a Payment Bond, each in the full amount of the Contract Price. Bonds shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. Bond form shall be as provided in the Project Manual or other satisfactory to the Awarding Authority. All bond costs shall be included in the Bid price. 7.0 BID OPENING AND CONTRACT AWARD 7.1 Bids will be publicly open and read immediately following the time Bids are due and at the location Bids are due. The Bids of the three lowest general bidders and the sub -bidders they name, shall not be withdrawn for 30 days (Saturdays, Sundays, and Legal Holidays excluded) after Bid opening. 7.2 CONTRACT AWARD A. The Contract shall be awarded to the lowest responsible and eligible bidder. B. The Awarding Authority reserves the right to reject any or all Bids if it is in the public interest to do so. � 1 C. The Awarding Authority expects to award the Contract or reject all Bids expediently and, J in any case, within 30 days (Saturdays, Sundays, and Legal Holidays excluded) of Bid opening. D. Upon award, the general bidder shall complete the following forms to ensure prompt contract validation. These forms will be provided to the General Contractor by the Awarding Authority. Submit four (4) originals of each. 1. Town of North Andover Contract. 2. Supplement "C". 3. Certificate of Corporate Vote to be submitted by corporate general contractors. 4. Foreign Corporations Certification to be submitted by general contractors whose place of business is outside Massachusetts. 5. Performance Bond in the full amount of the Contract Price. Bond form shall be as provided in the Project Manual or other satisfactory to the Awarding Authority. Bonds shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. All bond costs shall be included in the Bid price. The dates on the bond must coincide with the contract date, and a current Power -of -Attorney must be attached to the bond. 6. Payment Bond in the full amount of the Contract Price. Bond form shall be as provided in the Project Manual or other satisfactory to the Awarding Authority. Bonds ` 1 INSTRUCTIONS TO BIDDERS - 4 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. All bond costs shall be included in the Bid price. The dates on the bond must coincide with the contract date, and a current Power -of -Attorney must be attached to the bond. 7. Insurance Certificates for the General Contractor are required and must be submitted in accordance with the Supplement "C". E. The Town shall not enter into a contract with, and shall not approve as a subcontractor furnishing labor and materials for a part of any work of this contract, a foreign corporation which has not filed with the Town a certificate of the Secretary of State of the Commonwealth of Massachusetts stating that such corporation has complied with Sections 3 and 5 of Chapter 181 of the Massachusetts General Laws and the date of such compliance. The Town shall report to said Secretary of State and to the Department of Corporations and Taxation of the Commonwealth of Massachusetts any foreign corporation performing any work under this contract or any such subcontract, and any person, other than a corporation, performing work under this contract or any such subcontract, and residing or having a principal place of business outside the Commonwealth of Massachusetts. F. If the bidder selected as the general contractor fails to perform his agreement to execute the contract in accordance with the terms of his Bid and furnish a performance bond and also a labor and materials payment bond as stated in his Bid, the award will be made to the next lowest responsible and eligible general bidder, subject to the provisions of Sections 44A -44J, inclusive, of said Chapter 149. The thirty -day time limit shall not be applicable to a second or subsequent award made after the expiration of the time limit with the consent of said next lowest responsible and eligible general bidder, and made because the original award made within the time limit was invalid, or because the general bidder failed to execute the contract or to provide a performance bond and a payment bond. END OF SECTION INSTRUCTIONS TO BIDDERS - 5 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Window Replacement, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered C. The proposed contract price is: dollars ($ ). E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. Date The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. (Name of General Bidder) By: Signature and Title of Person Signing Bid Business Address City and State FORM OF GENERAL BID - 1 Stevens Estate Window Replacement North Andover, MA GENERAL BIDDER'S CHECKLIST: Addenda Recognized Bid Deposit Certificate of Corporate Bidder DCAM Eligibility Update Statement Certificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Kang Associates, Inc. September 19, 2012 Stevens Estate Window Replacement North Andover, MA Bid Form, and that CERTIFICATE OF CORPORATE BIDDER Kang Associates, Inc. September 19, 2012 certify that I am the of the corporation named as Bidder in the who signed the Bid Form on behalf of the Bidder was then the of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal Secretary -Clerk Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I authorized signatory for Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Print Name & Title Date Company Name EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. Bid Date Print Name of Prime/General Contractor Project Number (or Business Address name if no number) Awarding Authority Telephone Number SIGNATUREb Bidder's Authorized Representative Division of Capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam . If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other -J currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. �J Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 W w a W W J a 2 r as LL 0 �- oQ�- wUz QLL0 C) F - C) wwF- F- w0 UQa- z Uw C)� Cl) ,� C) Q J wzz0 J w — > LLJ 0a� c00 Q0Z � z0 �_ w F- -Se Q w � Opo ZLLZ Uww-W w F - Ln W CL >- C) J zZ 0 w J J j w Q m Q0 IL w Of of aZ)U) OZ 'k UOOO LL Q COOZ}U �0 J d F- F- < -i < Q -i< � J < C) �QwC) 0 w L ww w oa 0 3 cn (D O a E U 0 0 w 0 a 0 N N L L Q� 0 co a -O � N U) No_ U) 0 co 0 w U -C m 0 `� a a C F- C) O CD a 4--a 0 C: a) 0 m CO H Z a� a-0 O U O'j 0 Y� o Q cqo p N (5 �O co � � U CD O 0 N E m � �Q a o >_ U U E (6 W O Q � x N Z O E (D c a E a) U O L M -0 CD J U U) (� �� 06 c ca `� Fz p w J m L O o 0 U O 4-- U Q 0a- w O a L 0 3 cn (D m a E 0 0 0 N N L L Q� 0 co -O � N U) No_ 0 co 0 -C m 0 `� a C 4-- 0 co O CD 4--a 0 C: a) 0 m CO a� a-0 E -o O'j 0 o o Q cqo p N (5 co � � U E 0 N E m � a o >_ U E (6 W O Q � x N E (D c c io U) E a) L M -0 CD U U) (� �� a� c ca `� Fz p o m L O o 0 U O 4-- Q 0a- LU z O Q w F— CO J U w N� LU LL LU J IL O 2 U Q w O LL z O O LL z w U z w w LL w CD z_ O J Ow LL w Q F— a U) w D 00 Ow 0� C� 0-0- w O _ C a)m O a� C m O o m C o O o m C o O o m C o O o m C o C a 0 0 L 0 L 0 L 0 L 0 L= 0 0 L 0 L C 0 0 -r 0 -C C 0 L 0 = 0 O -C O L J N N C)L CL a) z O CO ry wC a o C O C O C O C 0 C o C 0 C O C O C O C O C O C O C 0 C 0 C 0 C O C O L Q) w a) L o L N w a) w a) L N w a) w o L a) L N w N L a) L N L N L a) L a) QO d a 0-d a ad as ad d - 0-a a c c c c c c c c c c�a c � c � c cooc�a c c c c c c O C) o C) 0 o Uo o D U o C) o c) D o c) o c) D U o UU o 0 0 o UU 0 0 U 0 v a) C C c c C O C c C c C Q rnci) _2 2) .2) m z C 3r, (n (L) U C �: fn a) U C 3: cn (1) U C 3: cn a) U C 3: cn (1) U C 3: (n a) U } O 0 O CD O CD O CD O 0 CD O CD z dz z z z z x z z O w z 0 w z 0 w z 0 w z 0 w z 0 O� w v� w v� w CUA w b� w U� w 6 O O C) CD O C) CD O 0 CD O 0 C3 0 0 00 C, 0 w J F- F - w 3 ry n (B � O 0, C N O 0 L C O O L U ai L C O O1U U N N 0) -o m C L � c E O N O O 00 ❑ 7777 ❑ O� T U) co W >w ❑ ❑ CL L E O O U Q � � � Q °, c E U .2 O O L c o o >, >> L- E a (n3 -c N L -0 O) 0 a) c C � (� O (a E .- ca L > O E O cu o 0 O o E m4 �� C: c 0-0 c a� a -0 U O ca O _0 C O O c�E Nc E N L � 0o 0>; O (0 Q >, C a)E L 0 Q OU O o. O m 0 as a 0 co L 0 a3 a) U w C E E� a) a) 76 co c a ca 0 UU 0 co Q c � o U a— co co U m O o a 0 E Q d of W 0 Z COQ C_ �2 LJ_ LL D 0 0 (n W W W 0� a0 ZY O� U 0 W Z� OW 2 Z W Z= m0 i Z �Z 0= Z� Z W QO ZC/) 0 W J i — C) m Q w0 W W d Q Cl)_ Q = UF— Z m0 D� aU J Q J � Q � I— Z WO :i C) C O U 0 0 F - Q Z 0 W H W J a_ 2 0 Z JI J Q LL 0 W D J 0 N J Q Z Z Q C: 0 U a W W L �- U w 0 C O LO E co N0LU on d O a� Q D O U c ZQO> m �o Q > Z O O > a 0— cm m E 7 U Cl N pCN o tUA N 0 O 0 2 Q LL/ G LLcnZ �^ OG�Z ° W 4) N C 00 o OWQ N U N c 5 U) c O E v� ZWLL U N co a C U 2 L co .� O 6 U @ O 0 E " F- LLJ w Q— cu cu ._ U m o OF--� 0 c U o •U a� •T E W Z J aLo <y t � F- f-. W CO J Oz0-W �O U F- �LUU LO za' Oa U W J O Z 0 � W 2 cn cn Z C� H0< (n ZQ D Y � �O N W >O Q U 06 w J z f— O F- UQ wU O_j Of w C O U 0 0 F - Q Z 0 W H W J a_ 2 0 Z JI J Q LL 0 W D J 0 N J Q Z Z Q C: 0 U a U w 0 C O LO E co d O a� c a� m �o > a 0— cm m E 7 U Cl N pCN o tUA N o O 0 2 Q LL/ G N � W 4) N C N - N U N c 5 U) c O E a, U N co a C U 2 L co .� O 6 U @ O 0 E " � w Q— cu cu ._ U m o c U o •U a� •T E Od W 2 Z 0 0 LWL F- -C ) J U W LL LW r W J 0 U Z T- C) U W N LL 0 Z O o LL z W U Z W W LL /W v Z 0 J 0 W H W W W Q U) D 0 W IL W L N O Z L C O 0 L V L 0 0 a) C a) C 0 C O C O C 0 C O C a) C 0 O C a) C 0 C a) C a) C 0 c O C 0 C d W 0 Q 0 L 0 -C Q 0 L 0 -C 0 O L O O 0 L 0 0 L 0 = 0 C 0 L J O a m a a O 2(l) Q a O N Q O a a) N Q O a a) a) Q O a a) 0 a) `ow >w } } o Z QC' C L 0 O 0 L ,_ O -C O, � Q ate; u -L 0 O co L 0)0 C: O 0 C) _2, N L m +L-� Q 3: .0 C M O) O cn a) C m 0 m coCo `m C E a) >�' W 0- C O C 0 C O C O O c O C O C O C O C O C 0 C O C O CC O O C O C O C O m c L O L O L O L N L O L O L N L O L a) L a) L N L a) L a) L N L a) L a) L O L Q dw 0 0 w as Q 0 d CL CL a as c) (1) w da O am w w U a) we c 0 N 0 0 O L 0 O O �' > m C U—' g a) 0 � ca a E 0 o d >,c (D z m c c m c m c m c co c m c m c c m c m c c m c c m c O C) O 0 0 oc) 0 0 0 C)c) 0 O C) O c") O O C) O (-)C) O 0 C) 0 C)o 0 0 C 0 v N c N c N c N c c c c c QL L 2 2) m L Z C: 3 W (1) U c 3 U)c a) 0?: U)c a) U?: En a) U3: c(f) m U c 3 a) U }0 00 00 00 0 00 0 00 0 0 Z L L L /1 LL LL Z 'n 0. Z 'n LL /Z� LL /Z� LL /Z� LL Z '^ Z V w Z V w Z V w Z V w Z V w Z- 0� w /� w U� w /� V� w /� V� w /� : w v 00 C) /c�� V O o 0 O C) (70 C) 0 O o /b� (DO o 0 W J F- W N� I..L _ L N O L C O 0 L V L C 0 V) a) a) 0) -� ca C: L E 0 3 C c�0 0 00 Z Z ❑ ❑ 75 0 a) `ow >w } } o QC' C L 0 O L ,_ O -C O, � Q ate; u -L 0 O co L 0)0 C: O 0 C) _2, N L m +L-� Q 3: .0 C M O) O cn a) C m 0 m coCo `m C E a) >�' n 0 o 0 m c i L 0 C C 0E L � N L m c C L .-; U) (D � v - O L U) aC a) W > a � ^}, 0 0 O Q 0 O >' O C� O L a) 3 N C— C c) (1) cn as m O am (1) .c c� U a) we c 0 N 0 0 O L 0 O O �' > m C U—' g a) 0 � ca a E 0 o d >,c (D �,0 Q0 ,� PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete a project? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that hada payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ ❑ fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ ❑ any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of ❑ ❑ your projects resulting in their inability to return to work for a period in excess of one year? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws f � Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I" shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 "ART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ ❑ workforce goals, or failure to file certified payrolls on any publicprojects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ❑ No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO ' 1 THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 ir ` ® m =.= Document A310 —1970 B Bond _ _ ......... _...... _. ... KNOW ALL MEN BY THESE PRESENTS, that we (ifere insertfull name and address or legal title of Contractor) as Surety, hereinafter Obligee, in the sum of ($ ), for the payment of .ade, the said Principal and the said Surety, bind iministrators, successors and assigns, jointly and severally :firmly by these presents. WI,1EREAS, the P tncipal, has submitted a bid for Wore tnsgrtfull rtame, address and description of project) ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A31 OW —1970. Copyright ®1963 and 1970 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:30.43 on 06/01/2009 under Order No. 1000391290_1 which expires on 3112/2010, and is not for resale. User Notes: (1335585024) CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on it was VOTED, THAT (Name) of the name and on behalf of said (Officer) be and hereby is authorized to execute contracts and bonds in and affix its corporate seal hereto; and such execution of any contract or obligation in the name of on its behalf by such officer under seal of , shall be valid and binding upon that I hereby certify that I am the clerk of the above named and is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. (Date) Certification of the Corporate Clerk (Clerk) Stevens Estate Window Replacement North Andover, MA FOREIGN CORPORATIONS CERTIFICATION AFFIDAVIT OF COMPLIANCE Form AF -4A 1/78 EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE The Commonwealth of Massachusetts Massachusetts Business Corporation Non-profit Corporation Foreign (non -Massachusetts) Corporation President Clerk of (Name of Corporation) Kang Associates, Inc. September 19, 2012 whose principal office is located do hereby certify that the above named Corporation has filed with the State Secretary all certificates and annual reports required by Chapter 156B, Section 109 (Business Corporation), by Chapter 181, Section 4 (Foreign Corporation), or by Chapter 180, Section 26A (non-profit Corporation) of the Massachusetts General Laws. SIGNED UNDER THE PENALTIES OF PERJURY this Signature of responsible Corporate Officer FOREIGN CORP - 1 day of ,20 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that we with a place of business at "Principal"), and do business in the Commonwealth of Massachusetts, with a place of business at as Principal (the a corporation qualified to as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of lawful money of the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a Contract with the Obligee, bearing the date of for the construction of NOW THE CONDITIONS of this obligation are such that if the Principal (and all Subcontractors under said contract) shall well and truly keep and perform all the undertakings, covenants, agreement, terms and conditions of said contract on its part to be kept and performed during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life and any guarantee required under the contract, and shall also well and truly keep and perform all the undertakings, covenants, agreements, terms and conditions of any and all duly authorized modifications, alterations, changes or additions with notice to the Surety being hereby waived, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN THE EVENT the Contract is abandoned by the Principal, or is terminated by the Town of North Andover, Massachusetts under the applicable provisions of the Contract, the Surety hereby further agrees that the Surety shall, if requested in writing by the Town of North Andover, Massachusetts promptly take such action as is necessary to complete said Contract in accordance with its terms and conditions. z:\projects\stevensestate\perfomiancc bond.doc IN WITNESS WHEREOF, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL [Name and Seal] SURETY [Attorney-in-fact] [Seal] [Title] [Address] Attest: [Phone] Attest: END OF PERFORMANCE BOND 2 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that we with a place of business at as Principal (the "Principal"), and , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of lawful money of the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of for the construction of NOW, THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said contract shall pay for all labor performed or furnished and for all materials used or employed in said contract and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to said contract that may hereafter be made, notice to the Surety of such modifications, alterations, extensions of time, changes or additions being hereby waived, the foregoing to include, but not be limited to, any other purposes or items set out in, and to be subject to, the provisions of Massachusetts General Laws, Chapter 30, Section 39M, and Chapter 149, Section 29, as amended then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN WITNESS WHEREFORE, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL [Name and Seal] [Title] Attest: SURETY [Attorney-in-fact] [Seal] [Address] [Phone] Attest: END OF PAYMENT BOND TOWN OF NORTH ANDOVER CONTRACT CONTRACT # DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Address: Telephone Number: Fax Number: 1. This is a Contract for the procurement of the following: 2. The Contract price to be paid to the Contractor by the Town of North Andover is: 3. Payment will be made as follows: 4. Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. (Rev 5-2007) Contract by and between Town of North Andover and Page 1 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, f Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 1 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before , unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. 7. Permits and Approvals: Permits, Licenses, Approvals and all other legal or administrative prerequisites to its performance of the Contract shall be secured and paid for by the Contractor. (Rev 5-2007) Contract by and between Town of North Andover and Page 2 8. Termination and Default: 8.1 Without Cause. The Town may terminate this Contract on seven (7) calendar days notice when in the best interests of the Town by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. Upon termination without cause, Contractor will be paid for services rendered to the date of termination. 8.2 For Cause. If the Contractor is determined by the Town to be in default of any term or condition of this Contract, the Town may terminate this Contract on seven (7) days notice by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. 8.3 Default. The following shall constitute events of a default under the Contract: 1) any material misrepresentation made by the Contractor to the Town; 2) any failure to perform any of its obligations under this Contract including, but not limited to the following: (i) failure to commence performance of this Contract at the time specified in this Contract due to a reason or circumstance within the Contractor's reasonable control, (ii) failure to perform this Contract with sufficient personnel and equipment or with sufficient material to ensure the completion of this Contract within the specified time due to a reason or circumstance within the Contractor's reasonable control, (iii) failure to perform this Contract in a manner reasonably satisfactory to the Town, (iv) failure to promptly re -perform within a reasonable time the services that were rejected by the Town as unsatisfactory, or erroneous, (v) discontinuance of the services for reasons not beyond the Contractor's reasonable control, (vi) failure to comply with a material term of this Contract, including, but not limited to, the provision of insurance and non-discrimination, (vii) any other acts specifically and expressly stated in this Contract as constituting a basis for termination of this Contact, and (viii) failure to comply with any and all requirements of state law and/or regulations, and Town bylaw and/or regulations. 9. The Contractor's Breach and the Town's Remedies: Failure of the Contractor to comply with any of the terms or conditions of this Contract shall be deemed a material breach of this Contract, and the Town of North Andover shall have all the rights and remedies provided in the Contract documents, the right to cancel, terminate, or suspend the Contract in whole or in part, the right to maintain any and all actions at law or in equity or other proceedings with respect to a breach of this Contract, including damages and specific performance, and the right to select among the remedies available to it by all of the above. From any sums due to the Contractor for services, the Town may keep the whole or any part of the amount for expenses, losses and damages incurred by the Town as a consequence of (Rev 5-2007) Contract by and between Town of North Andover and Page 3 procuring services as a result of any failure, omission or mistake of the Contractor in providing services as provided in this Contract. 10. Statutory Compliance: J 10.1 This Contract will be construed and governed by the provisions of applicable federal, state and local laws and regulations; and wherever any provision of the Contract or Contract documents shall conflict with any provision or requirement of federal, state or local law or regulation, then the provisions of law and regulation shall control. Where applicable to the Contract, the provisions of the General Laws are incorporated by reference into this Contract, including, but not limited to, the following: General Laws Chapter 30B — Procurement of Goods and Services. General Laws Chapter 30, Sec. 39, et seq: - Public Works Contracts. General Laws Chapter 149, Section 44A, et seq: Public Buildings Contracts. 10.2 Wherever applicable law mandates the inclusion of any term and provision into a municipal contract, this Section shall be understood to import such term or provision into this Contract. To whatever extent any provision of this Contract shall be inconsistent with any law or regulation limiting the power or liability of cities and towns, such law or regulation shall control. 10.3 The Contractor shall give all notices and comply with all laws and regulations bearing on the performance of the Contract. If the Contractor performs the Contract in violation of r any applicable law or regulation, the Contractor shall bear all costs arising therefrom. 10.4 The Contractor shall keep itself fully informed of all existing and future State and National Laws and Municipal By-laws and Regulations and of all orders and decrees of any bodies or tribunals having jurisdiction in any manner affecting those engaged or employed in the work, of the materials used in the work or in any way affecting the conduct of the work. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or Contract for this work in violation of any such law, by-law, regulation, order or decree, it shall forthwith report the same in writing to the Town. It shall, at all times, itself observe and comply with all such existing and future laws, by-laws, regulations, orders and decrees; and shall protect and indemnify the Town of North Andover, and its duly appointed agents against any claim or liability arising from or based on any violation whether by him or its agents, employees or subcontractors of any such law, by-law, regulation or decree. 11. Conflict of Interest: Both the Town and the Contractor acknowledge the provisions of the State Conflict of Interest Law (General Laws Chapter 268A), and this Contract expressly prohibits any activity which shall constitute a violation of that law. The Contractor shall be deemed to have investigated the application of M.G.L. c. 268A to the performance of this Contract; and by executing the Contract documents the Contractor certifies to the Town that neither it nor its agents, ` employees, or subcontractors are thereby in violation of General Laws Chapter 268A. -� (Rev 5-2007) Contract by and between Town of North Andover and Page 4 12. Certification of Tax Compliance This Contract must include a certification of tax compliance by the Contractor, as required by General Laws Chapter 62C, Section 49A (Requirement of Tax Compliance by All Contractors Providing Goods, Services, or Real Estate Space to the Commonwealth or Subdivision). 13. Discrimination The Contractor will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151B (Law Against Discrimination) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. 14. Assignment: Assignment of this Contract is prohibited, unless and only to the extent that assignment is provided for expressly in the Contract documents. 15. Condition of Enforceability Against the Town: This Contract is only binding upon, and enforceable against, the Town if. (1) the Contract is signed by the Town Manager or its designee; and (2) endorsed with approval by the Town Accountant as to appropriation or availability of funds; and (3) endorsed with approval by the Town Counsel as to form. 16. Corporate Contractor: If the Contractor is a corporation, it shall endorse upon this Contract (or attach hereto) its Clerk's Certificate certifying the corporate capacity and authority of the party signing this Contract for the corporation. Such certificate shall be accompanied by a letter or other instrument stating that such authority continues in full force and effect as of the date the Contract is executed by the Contractor. This Contract shall not be enforceable against the Town of North Andover unless and until the Contractor complies with this section. The Contractor, if a foreign corporation, shall comply with the provisions of the General Laws, Chapter 181, Sections 3 and 5, and any Acts and Amendments thereof, and in addition thereto, relating to the appointment of the Commissioner of Corporations as its attorney, shall file with the Commissioner of Corporations a Power of Attorney and duly authenticated copies of its Charter or Certificate of Incorporation; and said Contractor shall comply with all the laws of the Commonwealth. 17. Liabilitv of Public Officials: To the full extent permitted by law, no official, employee, agent or representative of the Town of North Andover shall be individually or personally liable on any obligation of the Town under this Contract. (Rev 5-2007) Contract by and between Town of North Andover and Page 5 18. Indemnification: The Contractor shall indemnify, defend and save harmless the Town, the Town's officers, agents and employees, from and against any and all damages, liabilities, actions, suits, t� proceedings, claims, demands, losses, costs, expenses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by the Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective, or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this contract. 19. Workers Compensation Insurance: The Contractor shall provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws of Massachusetts (The Worker's Compensation Act) to all employees of the Contractor who are subject to the provisions of Chapter 152 of the General Laws of Massachusetts. � 1 Failure to provide and continue in force such insurance during the period of this Contract shall J' be deemed a material breach of this Contract, shall operate as an immediate termination thereof, and Contractor shall indemnify the Town for all losses, claims, and actions resulting from the failure to provide the insurance required by this Article. The Contractor shall furnish to the Town evidence of such insurance prior to the execution of this Contract before the same shall be binding on the parties thereto, except if specifically waived by the Town. 20. Documents. Materials. Etc. Any materials, reports, information, data, etc. given to or prepared or assembled by the Contractor under this Contract are to be kept confidential and shall not be made available to any individual or organization by the Contractor (except agents, servants, or employees of the Contractor) without the prior written approval of the Town, except as otherwise required by law. The Contractor shall comply with the provisions Chapter 66A of the General Laws of Massachusetts as it relates to public documents, and all other state and federal laws and regulations relating to confidentiality, security, privacy and use of confidential data. Any materials produced in whole or in part under this Contract shall not be subject to copyright, except by the Town, in the United States or any other country. The Town shall have unrestricted authority to, without payment of any royalty, commission, or additional fee of any (Rev 5-2007) Contract by and between Town of North Andover and Page 6 type or nature, publicly disclose, reproduce, distribute and otherwise use, and authorize others to use, in whole or in part, any reports, data or other materials prepared under this Contract. All data, reports, programs, software, equipment, furnishings, and any other documentation or product paid for by the Town shall vest in the Town at the termination of this Contract. The Contractor shall at all times, during or after termination of this Contract, obtain the prior written approval of the Town before making any statement bearing on the work performed or data collected under this Contract to the press or issues any material for publication through any medium. 21. Audit, Inspection and Recordkeeping At any time during normal business hours, and as often as the Town may deem it reasonably necessary, there shall be available in the office of the Contractor for the purpose of audit, examination, and/or to make excerpts or transcript all records, contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 22. Payment The Town agrees to make all reasonable efforts to pay to the Contractor the sum set forth in the Contractor's bid or proposal within thirty (30) days of receipt of an invoice detailing the work completed and acceptance from the Town of the work completed. 23. Waiver and Amendment Amendments, or waivers of any additional term, condition, covenant, duty or obligation contained in this Contract may be made only by written amendment executed by all signatories to the original Agreement, prior to the effective date of the amendment. To the extent allowed by law, any conditions, duties, and obligations contained in this Contract may be waived only by written Agreement by both parties. Forbearance or indulgence in any form or manner by a party shall not be construed as a waiver, nor in any manner limit the legal or equitable remedies available to that party. No waiver by either party of any default or breach shall constitute a waiver of any subsequent default or breach of a similar or different matter. 24. Forum and Choice of Law This Contract and any performance herein shall be governed by and be construed in accordance with the laws of the Commonwealth. Any and all proceedings or actions relating to subject matter- herein shall be brought and maintained in the courts of the Commonwealth or the federal district court sitting in the Commonwealth, which shall have exclusive jurisdiction thereof. This paragraph shall not be construed to limit any other legal rights of the parties. (Rev 5-2007) Contract by and between Town of North Andover and Page 7 25. Notices Any notice permitted or required under the provisions of this Contract to be given or served by either of the parties hereto upon the other party hereto shall be in writing and signed in the �J name or on the behalf of the party giving or serving the same. Notice shall be deemed to have been received at the time of actual service or three (3) business days after the date of a certified or registered mailing properly addressed. Notice to the Contractor shall be deemed sufficient if sent to the address set forth in the Contract and to the Town of North Andover by being sent to the Town Manager, Town Hall, 120 Main Street, North Andover, Massachusetts 01845. 26. Binding on Successors: This Contract shall be binding upon the Contractor, its assigns, transferees, and/or successors in interest (and where not corporate, the heirs and estate of the Contractor). 27. Complete Contract: This instrument, together with its endorsed supplements, and the other components of the contract documents, constitutes the entire contract between the parties, with no agreements other than those incorporated herein. 28. Supplemental Conditions: The foregoing provisions apply to all contracts to which the Town of North Andover shall be a party. One of the following "Supplements" must be "checked" as applicable to this Contract, 1 shall be attached hereto, and shall in any event apply as the nature of the Contract requires. J The Supplement contains additional terms governing the Contract: [ ] GOODS SUPPLEMENT "G" - Applicable to Contracts for the procurement of Goods (governed by the provisions of General Laws Chapter 30B) [ ] SERVICES SUPPLEMENT "S" - Applicable to Contracts for the procurement of Services (governed by the provisions of General Laws Chapter 30B) [ ] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for Construction (Rev 5-2007) Contract by and between Town of North Andover and Page 8 IN WITNESS WHEREOF the parties have hereto and to two other identical instruments set forth their hands the day and year first above written. THE TOWN Division/Department Head Contract Manager Town Manager Date APPROVED AS TO FORM: Town Counsel Date THE CONTRACTOR Company Name Signature Print Name & Title CERTIFICATION AS TO AVAILABILITY OF FUNDS: Town Accountant Date Date (Rev 5-2007) Contract by and between Town of North Andover and Page 9 SUPPLEMENT "C" [] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for the construction of: (1) Public Buildings and Public Works (governed by the provisions of General Laws Chapter 30B); (2) Public Buildings (governed by the provisions of General Laws Chapter 149,§ 44A, et seq.); and (3) Public Works (governed by the provisions of General Laws Chapter- 30, §39M, et seq) This form supplements the Town of North Andover "Contract and General Conditions" and applies only to contracts for the construction, reconstruction, alteration, remodeling or repair of public works or public buildings. 2. Wherever the law requires one contracting with a city or town to be bonded, such obligation shall be understood to be a term and condition of this Contract. The Contractor agrees to secure such bond (where required) in the form required by the Town and provide an original thereof to the Town prior to the commencement of performance. E uali : 3.1. In the case of a closed Specification written for a specific item or items to be furnished under the Base Bid, such specifications shall, as applicable, be in compliance with the Massachusetts General Laws, Chapter 30, Section 39M and Chapter 149, Sec. 44A et seq. 3.2. Where the name of an item, material or manufacturer is mentioned in the Specifications or on the Drawings, except as above noted, the intent is to establish a standard and in no way should be construed to exclude any item or manufacturer not mentioned by name, but whose product meets the Specifications as to design, utility and quality. Final decision shall rest with the Project Representative as to its acceptability. 4. Change orders to contracts governed by General Laws Chapter 30B may not increase the quantity of goods or services provided by more than twenty-five (25%) per cent, in compliance with Sec. 13 of Chapter 30B. The Contractor will carry out the obligations of this contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151, Sec. 1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The Contractor will at all times comply with the wage rates as determined by the Commissioner of the Department of Labor and Industries, under the provisions of General Laws Chapter 149, Sections 26 and 27D (Prevailing Wage), as shall be in force and as amended. 6. The Contractor shall continuously maintain adequate protection of all work from damage and shall protect the property of the Town and others, including adjacent property, from injury or loss arising (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 1 and in connection with the Contract. The Contractor shall make good any such damage, injury or loss, / except as may be directly due to errors in the Contract Documents or caused by agents or employees of the Town, or due to causes beyond the Contractor's control and not the Contractor's fault or negligence. The Contractor shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of Federal, State and local laws and codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. The Contractor will erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public, shall post danger signs warning against the hazards created by such features of construction such as pits, protruding nails, hosts, well holes, elevator hatchways, scaffolding, window openings, stairways and falling materials; and shall designate a responsible member of its organization on the work, whose duty shall be the prevention of accidents. The Town shall at all times have access to the work wherever it is in preparation or progress and the Contractor shall provide suitable accommodations for such access. The Contractor shall appoint a competent superintendent and foreman and any necessary assistants, all of whom shall be satisfactory to the Town. If the Town in its sole discretion determines that the construction superintendent, foreman, or assistants are unacceptable to the Town, then upon seven days notice from the Town, the Contractor shall replace such person or persons with people acceptable to the Town. 10. The Contractor shall give efficient supervision to the work, using its best skill and attention. The Contractor shall carefully study and compare the drawings, specifications and other instructions and shall at once report to the Town any error, inconsistency or omission which shall be discovered. Included in this responsibility shall be supervision of all work performed by subcontractors on the work. 11. If the Contractor should neglect to prosecute the work properly, or fail to perform the contract or any of its provisions, the Town, upon three days written notice, may, without prejudice to any other remedy it may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. 12. Inspection by the Town's Project Representative 12.1. The Town shall have the right to designate a Project Representative who may make periodic visits to the site to familiarize the Town generally with the progress and quality of the work, and to determine in general if the work is proceeding in accordance with the Contract Documents. The Project Representative will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work, and will not be responsible for the Contractor's failure to carry out the construction work in accordance with the Contract Documents. During such visits and on the basis of these observations while at the site, the Project Representative will keep the Town informed on the progress of the work, will endeavor to guard the Town against defects and deficiencies in the work of contractors, and may condemn structural work as failing to conform to the Contract Documents. The Project Representative shall have authority to act on behalf of the Town only to the extent expressly delegated by the Town, which shall be shown to the Contractor, and shall have authority to stop the work whenever such stoppage may reasonably be necessary to insure .J the proper execution of the Contract. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 2 and 12.2. In connection with the work, the Project Representative shall not be responsible for construction methods, means, techniques, sequences or procedures employed by the Contractor or the Contractor's safety programs, requirements, regulations, or precautions. 13. Decisions of the Project Representative 13.1. The Project Representative shall, within a reasonable time, make decisions on all claims of the Town or the Contractor and on all other matters relating to the execution and progress of the structural work or the interpretation of the Contract Documents. 13.2. The Project Representative's decision, in matters relating to the project, shall be final, if within the terms of the Contract Documents. 13.3. If, however, the Project Representative fails to render a decision within ten days after the parties have presented their evidence, either party may then avail itself of the remedies provided in this contract or available to it by law. If the Project Representative renders a decision after such remedies have commenced, such decision may be entered as evidence but shall not disturb or interrupt such proceedings except where such decision is acceptable to the parties concerned. 14.1 Use of Premises by the Contractor: 14.1. The Contractor shall coniine its apparatus, the storage of materials and the operations of its workmen to limits indicated by law, by-laws, permits or directions of the Town and shall not unreasonably encumber the premises with its materials. 14.2. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will endanger its safety. 15. Maintenance of Premises: The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work, and at the completion of the work it shall remove all its rubbish from and about the work site and all its tools, scaffolding and surplus materials and shall leave its work "broom -clean", or its equivalent, unless more exactly specified. In case of dispute; the Town may remove the rubbish and charge the cost to the several contractors, as the Town shall determine to be just. 16. Right to Terminate If the Contractor should (1) be adjudged a bankrupt, (2) make a general assignment for the benefit of creditors, (3) have a receiver appointed on account of its insolvency, (4) persistently or repeatedly refuse or fail to supply enough personnel and resources to perform the contract, (5) fail to make prompt payment to subcontractors or to providers of materials or labor, (6) persistently disregard laws and regulations or lawful directives of the Town, or (7) be guilty of a substantial violation of any provision of the Contract, then the Town may, without prejudice to any other right or remedy and after- giving the Contractor (or any surety) seven days written notice, terminate the contract and the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method it deems appropriate. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 3 and f � In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid amount owed to the Contractor for work already completed shall exceed the expense of finishing the work, including compensation for additional architectural, managerial, legal and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balances, the Contractor shall pay the difference to the Town. The Contractor shall not be relieved of liability to the Town by virtue of any termination of this contract, and any claim for damages against the Contractor relating to the Contractor's performance under this contract shall survive any termination hereunder. Notwithstanding any other provision of this Agreement, the Town reserves the right at any time in its absolute discretion to suspend or terminate this Agreement in whole or in part for its convenience upon seven days written notice to the Contractor. The Town shall incur no liability by reason of such termination except for the obligation to pay compensation for all work performed by the Contractor and accepted by the Town to the termination date. 17. Progress Payments: 17.1. The Contractor shall submit to the Town an itemized Application for Payment, supported to the extent required by the Town by invoices or other vouchers, showing payments for materials and labor, payments to Subcontractors and such other evidence of the Contractor's right to payment. 17.2. The Contractor shall, before the first application, submit to the Town a schedule of values i 1 of the various parts of the work, including quantities aggregating the total sum of the Contract, divided so as to facilitate payments to Subcontractors, made out in such form as the Town and the Contractor may agree upon, and, if required, supported by such evidence as to its correctness. This schedule, when approved by the Town, shall be used as a basis for payment, unless it is found to be in error. If applying for payments, the Contractor shall submit a statement based upon this schedule. 18. Withholding of Payments 18.1. The Town may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any payment to such extent as may be necessary in its reasonable opinion to protect the Town of North Andover from loss on account of: 18.1.1. Defective work not remedied. 18.1.2. Claims filed or reasonable evidence indicating probable filing of claims. 18.1.3. Failure of the Contractor to make payments properly to Subcontractors or for material or labor. 18.1.4. A reasonable doubt that the Contract can be completed for the balance then unpaid. 18.1.5. Damage to another contractor. 18.1.6. Delays resulting in liquidated damages. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 4 and 18.2. Withholding of payments shall be in strict compliance with statutory requirements. 19. Claims by Contractor. and Liability of Town All claims by the Contractor against the Town shall, unless otherwise provided by law, be initiated by a written claim submitted to the Town no later than seven (7) calendar days after the event or the first appearance of the circumstances causing the claim. The claim shall set forth in detail all known facts and circumstances supporting the claim. The Contractor shall continue its performance under this contract regardless of the submission or existence of any claims. The limit of liability of the Town under this Agreement is limited to the compensation provided herein for work actually performed, and shall in no event include liability for delays or for incidental, special or consequential damages or lost profits or for damages or loss from causes beyond the Town's reasonable control. 20. Liquidated Damages: Because both parties recognize (1) that the time for completion of this Contract is of the essence, (2) that the Town will suffer loss if the work is not completed within the contract time specified, plus any extension thereof allowed in accordance with the provisions of this contract, and (3) the delays, expense and difficulties involved in a legal proceeding to determine the actual loss suffered by the Town if the work is not completed in time, it is agreed that the Contractor will pay the Town as liquidated damages representing an estimate of delay damages, not as a penalty, the sum of One Thousand Dollars ($1,000) per day for each calendar day of delay until the work is completed, whether the work is completed by the Contractor or some other person. The Town's right to impose liquidated damages shall in no way prohibit or restrict the Town's right to bring a legal action for damages in lieu of or in addition to its option to impose liquidated damages. The Town may deduct any liquidated damages from money due the Contractor, and if such payment is insufficient to cover the liquidated damages, then the Contractor shall pay the amount due. 21. The Contractors' Mutual Responsibility: Should the Contractor cause damage to any separate subcontractor on the work, the Contractor agrees, upon due notice, to settle with such contractor by agreement, or by recourse to remedies provided by law or by the provisions of the contract. If such separate contractor sues the Town on account of any damage alleged to have been sustained, the Town shall notify the Contractor, who shall defend such proceedings at the Town's expense and, if any judgment against the Town arises therefrom, the Contractor shall pay or satisfy it and pay all costs incurred by the Town. 22. Separate Contracts: 22.1. The Town reserves the right to let other Contracts in connection with this work under similar General Conditions. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate its work with theirs. 22.2. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly report to the Town any defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 5 and of the other contractor's work as fit and proper for the reception of its work except as to defects which may develop in the other contractor's work after the execution of its work. 22.3. To insure the proper execution of its subsequent work, the Contractor shall measure work already in place and shall at once report to the Town any discrepancy between the executed work and the Drawings. 23. Subcontracts: 23.1. All Subcontracts shall be awarded in conformity with the requirements of the General Laws, Commonwealth of Massachusetts, Chapter 149, Sections 44A to 44L, inclusive. 23.2. The Contractor agrees that it is as fully responsible to the Town for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by them, as it is for the acts and omissions of persons directly employed by it. 23.3. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor and the Town. 24. Contractor -Subcontractor Relations: The Contractor agrees to bind every Subcontractor and every Subcontractor agrees to be bound by the terms of the Agreement, the General Conditions of the Contract, the Supplementary General Conditions, the Drawings and Specifications, as far as applicable to its work, including the provisions of the General Laws, Commonwealth of Massachusetts, Chapter 149, Section 44A, et seq. 25. Indemnification: 25.1. The Contractor shall indemnify, defend and save harmless the Town, its officers, agents and employees from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) brought or recovered against them that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their- use of faulty, defective or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this Contract. 25.2. In any and all claims against the Town or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the J amount or type of damages, compensation or benefits payable by or for the Contractor or (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 6 and any Subcontractor under Workmen's Compensation Acts, disability benefit acts or other employee benefit acts. 25.3. The intent of the Specifications regarding insurance is to specify minimum coverage and minimum limits of liability acceptable under the Contract. However, it shall be the Contractor's responsibility to purchase and maintain insurance of such character and in such amounts as will adequately protect it and the Town from and against all claims, damages, losses and expenses resulting from exposure to any casualty liability in the performance of the Work. 26. The Contractor's Insurance: 26.1. The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, whether such operations be by itself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 26.1.1. Claims under Worker's Compensation, disability benefit and other similar employee benefit acts; 26.1.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of its employees, and claims insured by usual personal injury liability coverage; 26.1.3. Claims for damage because of bodily injury, sickness or disease, or death of any person other than its employees, and claims insured by usual personal liability coverage; 26.1.4. Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 26.2. The insurance required by the above shall be written for not less than the following minimum limits of liability: 26.2.1. Worker's Compensation Insurance Requirements Workers' Compensation coverage as required by the laws of the Commonwealth of Massachusetts. 26.2.2. Liability Insurance Requirements Liability insurance shall include all major divisions and shall be on a comprehensive general basis including Premises and Operations, Owners and Contractor's Protective, Products and Completed Operations, and Owned, Non -owned and Hired Motor Vehicles. All such insurance shall be written for not less than any limits of liability required by law, unless otherwise provided in the contract documents, or the following limits, whichever are greater: (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 7 and Comprehensive General Liability Insurance (Broad Form) Bodily Injury Property Damage Automobile Liability Insurance Excess Liability (Umbrella) $1,000,000 per person $3,000,000 per occurrence $1,000,000 per occurrence $3,000,000 annual aggregate $500,000 per person $1,000,000 per occurrence $10,000,000 Excess Liability (Umbrella) Insurance (Subcontractors) $1,000,000 or 1.5 times the value of The subcontract, whichever is Higher 26.3. The above insurance policies shall also be subject to the following requirements: 26.3.1. Insurance coverage for the Contractor's Comprehensive General Liability, as hereinafter specified under Paragraph entitled "Protective Liability Insurance" shall be written by one and the same insurance company to avoid the expense of duplicate and/or overlapping coverage and to facilitate and expedite the settlement of claims. 26.3.2. Certificates of Insurance acceptable to the Town shall be addressed to and filed with the Town prior to commencement of the work. Renewal certificates shall be addressed to and filed with the Town at least ten (10) days prior to the expiration date of required policies. 26.3.3. No insurance coverage shall be subject to cancellation without at least thirty (30) days prior written notice forwarded by registered or certified mail to the Town. The Town shall also be notified of the attachment of any restrictive amendments to the policies. 26.3.4. All Certificates of Insurance shall be on the "MIIA" or "ACORD" Certificate of Insurance form, shall contain true transcripts from the policies, authenticated by the proper officer of the Insurer, evidencing in particular those insured, the extent of coverage, the location and operations to which the insurance applies, the expiration date and the above-mentioned notice clauses. 26.3.5. All premium costs shall be included in the Contractor's bid. 26.3.6. All insurance shall be written on an occurrence basis. Coverage shall be maintained without interruption from date of the Contract until date of final payment and termination of any coverage required to be maintained after payment. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 8 and 27. Protective Liability Insurance: 27.1. The Contractor shall purchase and maintain such insurance as described in the preceding paragraph as will protect the Town from claims which may arise from operations under the Contract, including operations performed for the named insureds by independent contractors and general inspection thereof by the named insureds. 27.2. The Contractor shall also purchase and maintain such insurance as will protect the Town against Automobile Non -Ownership Liability in connection with the Contractor's operations under the Contract, whether such operations be by itself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 27.3. The limits of liability for coverage required under the preceding paragraphs shall be as specified under the provisions hereof governing the Contractor's General Liability Policy. 27.4. The Town shall be named as an additional insured on the above referenced liability Policies, and the Contractor's insurance shall be the primary coverage. The cost of such insurance, including required endorsements and amendments, shall be the sole responsibility of the Contractor. 28. Liens: Neither the Final Payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Town a complete release of all liens arising out of the Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that as far as it has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. The Contractor shall comply with all statutory provisions of the General Laws of the Commonwealth of Massachusetts with regard to liens, Chapter 254 and 149 as amended (as a minimum requirement). 29. Guarantees: 29.1 The Contractor guarantees and warrants to the Town that all labor furnished under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 29.2. If at any time any part of the work constructed under the terms of this contract shall in the opinion of the Town Manager require repairing due to defective work or materials furnished by the Contractor, he may notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to start such repairs within ten days of the date of giving it notice thereof and to complete the same to the satisfaction of the Town Manager with reasonable dispatch, then the latter may employ other persons to make such repairs. The Town shall charge the expense thereof to the Contractor and may use any moneys still retained to pay for the same, and if such sum is insufficient, the Contractor shall be obligated to pay the balance thereof. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 9 and 29.3. All guarantees and warranties required in the various Sections of the Specifications which originate with a Subcontractor or Manufacturer must be delivered to the Town before final payment to the Contractor may be made for the amount of that subtrade or for the phase of work to which the guarantee or warranty relates. The failure to deliver a required guarantee or warranty shall be held to constitute a failure of the Subcontractor to fully complete his work in accordance with the Contract Documents. The Contractor's obligation to correct work is in addition to, and not in substitution of, such guarantees or warranties as may be required in the various Sections of the Specifications. This Agreement is intended to take effect as a sealed instrument. Witness our hands and seals hereto: Dated: The Town of North Andover by: Town Manager Department/Division Head Town Accountant Certified as to Appropriation Town Counsel Approved as to Form The Contractor by: Authorized Signature (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 10 and THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOry DSTEIN Govemor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Construction (2 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.15 $8.91 $7.27 0.00 $46.33 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.45 $8.91 $8.00 0.00 $47.36 (3 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.22 $8.91 $7.27 0.00 $46.40 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.52 $8.91 $8.00 0.00 $47.43 (4 & 5 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.34 $8.91 $7.27 0.00 $46.52 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.64 $9.07 $8.00 0.00 $47.71 ADS/SUBMERSIBLE PILOT 08/01/2012 $82.32 $9.80 $17.67 0.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $85.47 $9.80 $17.67 0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 0.00 $119.24 Ault TRACK OPERATOR 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 LABORERS - ZONE 2 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 For apprentice rates see "Apprentice- LABORER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the 9yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. . ec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 1 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location: THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN �. Y p Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. RowE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 06/01/2012 $28.48 $10.40 $5.95 0.00 $44.83 ASBESTOS WORKERS LOCAL 6 (BOSTON) $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 12/01/2012 $29.08 $10.40 $5.95 0.00 $45.43 06/01/2013 $29.88 $10.40 $5.95 0.00 $46.23 12/01/2013 $30.68 $10.40 $5.95 0.00 $47.03 06/01/2014 $31.58 $10.40 $5.95 0.00 $47.93 12/01/2014 $32.48 $10.40 $5.95 0.00 $48.83 06/01/2015 $33.43 $10.40 $5.95 0.00 $49.78 12/01/2015 $34.38 $10.40 $5.95 0.00 $50.73 ASPHALT RAKER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ASPHALT/CONCRETE/CRUSHER PLANT -ON SITE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 2 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street BARCO-TYPE JUMPING TAMPER LABORERS - ZONE 2 or apprentice rates see "Apprentice- LABORER" r, -OU& YAVLSK, KAMMhK / UUK13 Jt,l IEK LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" BOILER MAKER BOILERMAKERS LOCAL 29 Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 01/01/2010 $37.70 $6.97 $11.18 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $55.85 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 3 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates F. GOLDSTEIN / As determined by the Director under the provisions of the JOANNE Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE ~'J Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Apprentice - BOILERMAKER - Local 29 Effective Date - 01/01/2010 Step percent 1 65 2 65 3 70 4 75 5 80 6 85 7 90 8 95 Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate $24.51 $6.97 11.18 $0.00 $42.66 $24.51 $6.97 11.18 $0.00 $42.66 $26.39 $6.97 11.18 $0.00 $44.54 $28.28 $6.97 11.18 $0.00 $46.43 $30.16 $6.97 11.18 $0.00 $48.31 02/01/2016 $52.38 $10.18 $17.46 0.00 $32.05 $6.97 11.18 $0.00 $50.20 1 $33.93 $6.97 11.18 $0.00 $52.08 $35.82 $6.97 11.18 $0.00 $53.97 ._-- __-_ - - - - - - __.. -- - - - --__.._.._...._. - -- _.._.._._. -.. ____ - -...-... _.., Notes: E T - - s Apprentice to Journeyworker Ratio: 1:5 _ _ ____ ___. - ____.. ____. __._ - __ BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 08/01/2012 $47.41 $10.18 $17.25 0.00 WATERPROOFING) BRICKLAYERS LOCAL 3 (LYNN) 02/01/2013 $47.99 $10.18 $17.25 0.00 08/01/2013 $48.89 $10.18 $17.32 0.00 02/01/2014 $49.45 $10.18 $17.32 0.00 08/01/2014 $50.35 $10.18 $17.39 0.00 02/01/2015 $50.91 $10.18 $17.39 0.00 08/01/2015 $51.81 $10.18 $17.46 0.00 02/01/2016 $52.38 $10.18 $17.46 0.00 08/01/2016 $53.28 $10.18 $17.54 0.00 02/01/2017 $53.85 $10.18 $17.54 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $74.84 $75.42 $76.39 $76.95 $77.92 $78.48 $79.45 $80.02 $81.00 $81.57 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 4 of 68 DEVALL. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the IOANN F.GOLDSTEm Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- BRICK/PLASTER/CEMENT MASON - Local 3 Lynn Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.71 $10.18 17.25 $0.00 $51.14 2 60 $28.45 $10.18 17.25 $0.00 $55.88 3 70 $33.19 $10.18 17.25 $0.00 $60.62 4 80 $37.93 $10.18 17.25 $0.00 $65.36 5 90 $42.67 $10.18 17.25 $0.00 $70.10 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.00 $10.18 17.25 $0.00 $51.43 2 60 $28.79 $10.18 17.25 $0.00 $56.22 3 70 $33.59 $10.18 17.25 $0.00 $61.02 4 80 $38.39 $10.18 17.25 $0.00 $65.82 5 90 $43.19 $10.18 17.25 $0.00 $70.62 - ___. ___. _._ ____ ...._............ ___.....-......_.._.._.. Notes: - -.- - - - ___. _.__......_ --- - . . _.._.- _.__ ---- ._...__Notes: Apprentice to Journeyworker Ratio:1:5 _ - __._ __._. - _�..� - - W__._ ®___._ ___. �.... ____ _ry.., ____ - - -I BULLDOZER/GRADER/SCRAPER 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" CAISSON & UNDERPINNING BOTTOM MAN 12/01/2011 $32.80 $7.10 $12.60 0.00 $52.50 LABORERS - FOUNDATION AND MARINE This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. _ sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 5 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEFN � Go -or Massachusetts TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE t� Lt. Govcmor Dirccmr Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment CAISSON & UNDERPINNING LABORER 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING TOP MAN 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 LABORERS - FOUNDATIONAND MARINE CARBIDE CORE DRILL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" CARPENTER 03/01/2012 $33.03 $9.80 $15.61 0.00 $58.44 CARPENTERS -ZONE 2 (Eastern Massachusetts) This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 6 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Apprentice - CARPENTER - Zone 2 Easlern MA Effective Date - 03/01/2012 Step percent Apprentice Base Wage Health Health Pension Pension Supplemental Unemployment Supplemental Unemployment Total Rate Total Rate 1 50 $16.52 $9.80 1.57 $0.00 $27.89 2 60 $19.82 $9.80 1.57 $0.00 $31.19 3 70 $23.12 $9.80 10.90 $0.00 $43.82 4 75 $24.77 $9.80 10.90 $0.00 $45.47 5 80 $26.42 $9.80 12.47 $0.00 $48.69 6 80 $26.42 $9.80 12.47 $0.00 $48.69 7 90 $29.73 $9.80 14.04 $0.00 $53.57 8 90 $29.73 $9.80 14.04 $0.00 $53.57 _-_ - __._ - _ - ___...._...._._. _..- ,Notes: - ___. ____ _ .___.._ - _... - - ___. - - - - - - ____ t -- - - ..._ - - Apprenticeto Journeyworker Ratio:1:5 - ___.. _._ --- - - ®____ - _._ - _... _-__ _.. - -- .-Apprentice CEMENT MASONRY/PLASTERING 08/01/2012 $42.42 $10.50 $18.61 1.30 $72.83 BRICKLAYERS LOCAL 3 (LYNN) 02/01/2013 $42.87 $10.50 $18.61 1.30 $73.28 08/01/2013 $43.62 $10.50 $18.61 1.30 $74.03 02/01/2014 $44.05 $10.50 $18.61 1.30 $74.46 08/01/2014 $44.80 $10.50 $18.61 1.30 $75.21 02/01/2015 $45.23 $10.50 $18.61 1.30 $75.64 08/01/2015 $45.98 $10.50 $18.61 1.30 $76.39 02/01/2016 $46.43 $10.50 $18.61 1.30 $76.84 08/01/2016 $47.18 $10.50 $18.61 1.30 $77.59 02/01/2017 $47.63 $10.50 $18.61 1.30 $78.04 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 7 of 68 THE COMMONWEALTH OF MASSACHUSETTS - EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor r, TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE J Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- CEMENT MASONRY/PLASTERING - Eastern Mass Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension unemployment Total Rate 1 50 $21.21 $10.50 12.11 $1.30 $45.12 2 60 $25.45 $10.50 13.61 $1.30 $50.86 3 65 $27.57 $10.50 14.61 $1.30 $53.98 4 70 $29.69 $10.50 15.61 $1.30 $57.10 5 75 $31.82 $10.50 16.61 $1.30 $60.23 6 80 $33.94 $10.50 17.61 $1.30 $63.35 7 90 $38.18 $10.50 18.61 $1.30 $68.59 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.44 $10.50 12.11 $1.30 $45.35 2 60 $25.72 $10.50 13.61 $1.30 $51.13 3 65 $27.87 $10.50 14.61 $1.30 $54.28 4 70 $30.01 $10.50 15.61 $1.30 $57.42 5 75 $32.15 $10.50 16.61 $1.30 $60.56 6 80 $34.30 $10.50 17.61 $1.30 $63.71 7 90 $38.58 $10.50 18.61 $1.30 $68.99 - - - __....__..._._. _....._._. - - _-- _.........._......._._. - _____ - - - _____ _ ___. __.. ___. _... - ___._ (Notes: Steps are 6000 hours Apprentice to Journeyworker Ratio: 1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 8 of 68 N. r DEVAL L. PATRICK Govcmor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification CHAIN SAW OPERATOR LABORERS - ZONE 2 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street -or apprentice rates see "Apprentice- LABORER" --AM SHELLS/SLURRY BUCKETSMEADING MACHINES OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 Effective Date Base Wage Health 06/01/2012 $29.60 $7.10 12/01/2012 $29.85 $7.10 06/01/2013 $30.35 $7.10 12/01/2013 $30.85 $7.10 06/01/2014 $31.35 $7.10 12/01/2014 $31.85 $7.10 06/01/2015 $32.35 $7.10 12/01/2015 $32.85 $7.10 06/01/2016 $33.35 $7.10 12/01/2016 $34.10 $7.10 Pension Supplemental Total Rate $11.55 0.00 $48.25 $11.55 0.00 $48.50 $11.55 0.00 $49.00 $11.55 0.00 $49.50 $11.55 0.00 $50.00 $11.55 0.00 $50.50 $11.55 0.00 $51.00 $11.55 0.00 $51.50 $11.55 0.00 $52.00 $11.55 0.00 $52.75 06/01/2012 $40.84 $10.00 $12.65 0.00 $63.49 12/01/2012 $41.46 $10.00 $12.65 0.00 $64.11 06/01/2013 $42.24 $10.00 $12.65 0.00 $64.89 12/01/2013 $43.02 $10.00 $12.65 0.00 $65.67 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 07/01/2012 $44.51 $7.80 $15.10 0.00 01/01/2013 $45.01 $7.80 $15.60 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ,)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $67.41 $68.41 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 9 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT t DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN � \ Governor Secretary } TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE 1 �J Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Sheet Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 0.00 $0.00 $30.06 2 55 $24.48 $7.80 3.38 $0.00 $35.66 3 60 $26.71 $7.80 3.69 $0.00 $38.20 4 65 $28.93 $7.80 4.00 $0.00 $40.73 5 70 $31.16 $7.80 13.26 $0.00 $52.22 6 75 $33.38 $7.80 13.56 $0.00 $54.74 7 80 $35.61 $7.80 13.87 $0.00 $57.28 8 90 $40.06 $7.80 14.49 $0.00 $62.35 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.51 $7.80 0.00 $0.00 $30.31 2 55 $24.76 $7.80 3.52 $0.00 $36.08 3 60 $27.01 $7.80 3.84 $0.00 $38.65 4 65 $29.26 $7.80 4.16 $0.00 $41.22 5 70 $31.51 $7.80 13.68 $0.00 $52.99 6 75 $33.76 $7.80 14.00 $0.00 $55.56 7 80 $36.01 $7.80 14.32 $0.00 $58.13 8 90 $40.51 $7.80 14.96 $0.00 $63.27 .._._.-_.__--.._..--_...-_....-----®--- -_..__..-....... ---T___..__, Notes: } Steps are 750 hrs. i L. - -- - _-_ � ____ ___ - ___. ___..._....___.....-.� ____. ------ - - _.._. Apprentice to Journeyworker Ratio:l:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 10 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment DEMO: ADZEMAN 12/01/2011 $31.80 $7.10 $12.45 0.00 $51.35 LABORERS -ZONE2 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMEROPERATOR 12/01/2011 $32.80 $7.10 $12.45 0.00 $52.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BURNERS 12/01/2011 $32.55 $7.10 $12.45 0.00 $52.10 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: CONCRETE CUTTER/SAWYER 12/01/2011 $32.80 $7.10 $12.45 0.00 $52.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" ,0: JACKHAMMER OPERATOR 12/01/2011 $32.55 $7.10 $12.45 0.00 $52.10 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER 12/01/2011 $31.80 $7.10 $12.45 0.00 $51.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER 08/01/2012 $54.88 $9.80 $17.67 0.00 $82.35 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 0.00 $88.65 DIVER TENDER 08/01/2012 $54.88 $9.80 $17.67 0.00 $82.35 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 0.00 $88.65 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ,)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 11 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN GOVeMOT ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment DIVER TENDER (EFFLUENT) _ 08/01/2012 $58.80 $9.80 $17.67 0.00 _ $86.27 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $61.05 $9.80 $17.67 0.00 $88.52 08/01/2014 $63.30 $9.80 $17.67 0.00 $90.77 08/01/2015 $65.55 $9.80 $17.67 0.00 $93.02 DIVER/SLURRY (EFFLUENT) 08/01/2012 $82.32 $9.80 $17.67 0.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $85.47 $9.80 $17.67 0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 0.00 $119.24 ELECTRICIAN 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 12 of 68 fa` DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNESF. GOry DSTEtn ecretaMassachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Apprentice- ELECTRICIAN- Local 103 Effective Date - 09/01/2012 Step percent 1 40 2 40 3 45 4 45 5 50 6 55 7 60 8 65 9 70 10 75 Effective Date - 03/01/2013 Step percent Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate $17.12 $13.00 0.51 $0.00 $30.63 $17.12 $13.00 0.51 $0.00 $30.63 $19.26 $13.00 10.52 $0.00 $42.78 $19.26 $13.00 10.52 $0.00 $42.78 $21.41 $13.00 10.84 $0.00 $45.25 $23.55 $13.00 11.18 $0.00 $47.73 $25.69 $13.00 11.50 $0.00 $50.19 $27.83 $13.00 11.84 $0.00 $52.67 $29.97 $13.00 12.16 $0.00 $55.13 $32.11 $13.00 12.49 $0.00 $57.60 Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.41 $13.00 0.52 $0.00 $30.93 2 40 $17.41 $13.00 0.52 $0.00 $30.93 3 45 $19.58 $13.00 10.53 $0.00 $43.11 4 45 $19.58 $13.00 10.53 $0.00 $43.11 5 50 $21.76 $13.00 10.85 $0.00 $45.61 6 55 $23.94 $13.00 11.19 $0.00 $48.13 7 60 $26.11 $13.00 11.51 $0.00 $50.62 8 65 $28.29 $13.00 11.85 $0.00 $53.14 9 70 $30.46 $13.00 12.17 $0.00 $55.63 10 75 $32.64 $13.00 12.51 $0.00 $58.15 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 13 of 68 ft DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Govcmor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN f 1 Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment ___. _._, .__...._._. - -- - - - -_._...-......._.._....._.................r............_......._.._........._..._._._ - - Notes:: App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 L...._-._ - - ___,. - - - - - __-.. � _ - ___.- - ._...._...,, ....._......-..-._.y... - ____ - -- Apprentice ___.Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2012 $52.45 $8.78 $6.96 0.00 $68.19 Apprentice- ELEVATOR CONSTRUCTOR -Local 4 Effective Date - 01/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.23 $8.78 0.00 $0.00 $35.01 2 55 $28.85 $8.78 6.96 $0.00 $44.59 3 65 $34.09 $8.78 6.96 $0.00 $49.83 4 70 $36.72 $8.78 6.96 $0.00 $52.46 5 80 $41.96 $8.78 6.96 $0.00 $57.70 ......... - - _...-._._. - - --- - - -- - - ---- --- - ...... - _.-_ _ ____ - - - -, Notes: i { Steps 1-2 are 6 mos.; Steps 3-5 are 1 year Apprentice to Journeyworker Ratio: 1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2012 $38.59 $8.78 $6.96 0.00 $54.33 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 14 of 68 11K. DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the IOANNEsF. GOry DSTEIN m�mMassachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street FENCE & GUARD RAIL ERECTOR LABORERS - ZONE 2 or apprentice rates see "Apprentice- LABORER" t„,LV EN(i.1NS1.YrESUN-BLll(i,S1'IE,HVY/HWY OPERATING ENGINEERS LOCAL 4 Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 05/01/2012 $37.90 $10.00 $12.40 0.00 $60.30 11/01/2012 $38.51 $10.00 $12.40 0.00 $60.91 05/01/2013 $39.12 $10.00 $12.40 0.00 $61.52 11/01/2013 $39.88 $10.00 $12.40 0.00 $62.28 05/01/2014 $40.65 $10.00 $12.40 0.00 $63.05 FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 05/01/2012 $39.29 $10.00 $12.40 0.00 $61.69 OPERATING ENGINEERS LOCAL 4 11/01/2012 $39.91 $10.00 $12.40 0.00 $62.31 05/01/2013 $40.53 $10.00 $12.40 0.00 $62.93 11/01/2013 $41.30 $10.00 $12.40 0.00 $63.70 05/01/2014 $42.07 $10.00 $12.40 0.00 $64.47 FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 05/01/2012 $21.07 $10.00 $12.40 0.00 $43.47 OPERATING ENGINEERS LOCAL 4 11/01/2012 $21.43 $10.00 $12.40 0.00 $43.83 05/01/2013 $21.79 $10.00 $12.40 0.00 $44.19 11/01/2013 $22.25 $10.00 $12.40 0.00 $44.65 05/01/2014 $22.70 $10.00 $12.40 0.00 $45.10 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 15 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS a Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the secretary t Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FIRE ALARM INSTALLER 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' FIRE ALARM REPAIR / MAINTENANCE 09/01/2012 $32.11 $13.00 $12.49 0.00 $57.60 _ / COMMISSIONINGELECTRICIANs LOCAL 103 03/01/2013 $32.64 $13.00 $12.51 0.00 $58.15, 09/01/2013 $33.15 $13.00 $12.52 0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 0.00 $61.79 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN' FIREMAN (ASST. ENGINEER) 06/01/2012 $33.45 $10.00 $12.65 0.00 $56.10 OPERATING ENGINEERS LOCAL 4 12/01/2012 $33.98 $10.00 $12.65 0.00 $56.63 06/01/2013 $34.63 $10.00 $12.65 0.00 $57.28 12/01/2013 $35.29 $10.00 $12.65 0.00 $57.94 For apprentice rates see "Apprentice- OPERATING ENGINEERS" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 16 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOry DSTEIN Govcmor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate FLAGGER & SIGNALER 06/01/2012 $20.50 $7.10 $11.55 0.00 $39.15 LABORERS -ZONE2 12/01/2012 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2013 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2013 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2014 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2014 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2015 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2015 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2016 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2016 $20.50 $7.10 $11.55 0.00 $39.15 'or apprentice rates see "Apprentice- LABORER" i, JORCOVERER 03/01/2012 $37.20 $9.80 $16.61 0.00 $63.61 FLOORCOVERERS LOCAL 2168 ZONE / This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 17 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governorscactwy TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- FLOORCOVERER -Local 2168 Zone I Effective Date - 03/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension unemployment Total Rate 1 50 $18.60 $9.80 1.79 $0.00 $30.19 2 55 $20.46 $9.80 1.79 $0.00 $32.05 3 60 $22.32 $9.80 11.24 $0.00 $43.36 4 65 $24.18 $9.80 11.24 $0.00 $45.22 5 70 $26.04 $9.80 13.03 $0.00 $48.87 6 75 $27.90 $9.80 13.03 $0.00 $50.73 7 80 $29.76 $9.80 14.82 $0.00 $54.38 8 85 $31.62 $9.80 14.82 $0.00 $56.24 -..._.._... - _ - - _- - _._ - - __ ..._..._,.. - __._ - ._._...-._... - __._ ____.- - - - ___. Notes: ` Steps are 750 hrs. -__. - - _._. - - - - - - _.._ ____--- _....- - ®......_... - - Apprentice to Journeyworker Ratio: 1:1 FORK LIFT/CHERRY PICKER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/HEATERS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 18 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR 07/01/2012 $34.51 $7.80 $14.60 0.00 $56.91 SYSTEMS) GLAZIERS LOCAL 35 (ZONE 2) 01/01/2013 $35.51 $7.80 $14.60 0.00 $57.91 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 19 of 68 ►t w DEVAL L. PATRICK Govcmor TIMOTHY P. MURRAY Lt. Govcmor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H t� HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - GLAZIER - Local 35 Zone 2 Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.26 $7.80 0.00 $0.00 $25.06 2 55 $18.98 $7.80 3.25 $0.00 $30.03 3 60 $20.71 $7.80 3.54 $0.00 $32.05 4 65 $22.43 $7.80 3.84 $0.00 $34.07 5 70 $24.16 $7.80 12.83 $0.00 $44.79 6 75 $25.88 $7.80 13.13 $0.00 � \ $46.81 7 80 $27.61 $7.80 13.42 $0.00 $48.83 8 90 $31.06 $7.80 14.01 $0.00 $52.87 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.76 $7.80 0.00 $0.00 $25.56 2 55 $19.53 $7.80 3.25 $0.00 $30.58 3 60 $21.31 $7.80 3.54 $0.00 $32.65 4 65 $23.08 $7.80 3.84 $0.00 $34.72 5 70 $24.86 $7.80 12.83 $0.00 $45.49 6 75 $26.63 $7.80 13.13 $0.00 $47.56 7 80 $28.41 $7.80 13.42 $0.00 $49.63 8 90 $31.96 $7.80 14.01 $0.00 $53.77 - - Notes: - - --- - - .....,.... - - - _- - - - _.. - _.._ - , Steps are 750 hrs. _ _ Apprentice to Journeyworker Ratio:l:l This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative �J obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 20 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HOISTING ENGINEER/CRANES/GRADALLS 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the 3yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 21 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Sf&, Prevailing Wage Rates DEVAL L. PATRICK Govcmcr As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN � \ % TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H �J U, Governor HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Apprentice- OPERATING ENGINEERS- Effective Date - 06/01/2012 Step percent Effective Date Base Wage Local 4 Apprentice Base Wage Health Health Pension Pension Supplemental Total Rate Unemployment Supplemental Unemployment Total Rate 1 55 $21.91 $10.00 0.00 $0.00 $31.91 2 60 $23.90 $10.00 12.65 $0.00 $46.55 3 65 $25.90 $10.00 12.65 $0.00 $48.55 4 70 $27.89 $10.00 12.65 $0.00 $50.54 5 75 $29.88 $10.00 12.65 $0.00 $52.53 6 80$31.87 $10.00 12.65 $0.00 $54.52 7 85 $33.86 $10.00 12.65 $0.00 $56.51 ` 8 90 $35.86 $10.00 12.65 $0.00 $58.51 Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.25 $10.00 0.00 $0.00 $32.25 2 60 $24.28 $10.00 12.65 $0.00 $46.93 3 65 $26.30 $10.00 12.65 $0.00 $48.95 4 70 $28.32 $10.00 12.65 $0.00 $50.97 5 75 $30.35 $10.00 12.65 $0.00 $53.00 6 80 $32.37 $10.00 12.65 $0.00 $55.02 7 85 $34.39 $10.00 12.65 $0.00 $57.04 8 90 $36.41 $10.00 12.65 $0.00 $59.06 - - _.._ - ._ .-.._. - -.--------------------- Notes: - - _...._.... _._ - _._.- ,._._ __. - .._._.. _._..w.._... � . _..__. - .._.... - Notes: -- - - - - - , ___. ____ ........ __.. - .._....._._ - - - - ___. - - - - - ___ - -- Apprentice _._-Apprentice to Journeyworker Ratio:1:6 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 22 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT J DEPARTMENT OF LABOR STANDARDS J Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROVE Lt. G- ­r Dircctor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate _ Unemployment HVAC (DUCTWORK) 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL I7 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 ror apprentice rates see "Apprentice- ELECTRICIAN' HVAC (TESTING AND BALANCING - AIR) 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 PIPEFITTERS LOCAL 537 (Local 138) 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 PIPEFITTERS LOCAL 53 7 (Local 138) 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 23 of 68 THE COMMONWEALTH OF MASSACHUSETTS UWEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS 1 I i I Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Govcmor As determined by the Director under the provisions of the secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE , Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate _ HYDRAULIC DRILLS 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 LABORERS - ZONE 2 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 l For apprentice rates see "Apprentice- LABORER" � INSULATOR (PIPES & TANKS) 09/01/2012 $41.46 $10.65 $11.50 0.00 $63.61 ASBESTOS WORKERS LOCAL 6 (BOSTON) 09/01/2013 $43.06 $10.65 $11.50 0.00 $65.21 09/01/2014 $45.06 $10.65 $11.50 0.00 $67.21 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to a "prevailing wage rates," which are the "total rates" pay P g g listed above on public works projects is a violation of M.G.L. ch. P P J 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 24 of 68 s DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE I . GOLDSTEIN Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ASBESTOS INSULATOR (Pipes & Tanks) -Local 6 Boston Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.73 $10.65 8.60 $0.00 $39.98 2 60 $24.88 $10.65 9.18 $0.00 $44.71 3 70 $29.02 $10.65 9.76 $0.00 $49.43 4 80 $33.17 $10.65 10.34 $0.00 $54.16 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.53 $10.65 8.60 $0.00 $40.78 2 60 $25.84 $10.65 9.18 $0.00 $45.67 3 70 $30.14 $10.65 9.76 $0.00 $50.55 4 80 $34.45 $10.65 10.34 $0.00 $55.44 Notes: 3 Steps are 1 year j ! Apprentice to Journeyworker Ratio: 1:4 IRONWORKER/WELDER 04/02/2012 $33.58 $7.70 $18.35 0.00 $59.63 IRONWORKERS LOCAL 7 (LAWRENCE AREA) 09/16/2012 $34.58 $7.70 $18.35 0.00 $60.63 03/16/2013 $35.83 $7.70 $18.35 0.00 $61.88 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 25 of 68 THE COMMONWEALTH OF MASSACHUSETTS .y EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT i DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor Secretary t / TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Gave.., Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- IRONWORKER Effective Date - 04/02/2012 Step percent -Local 7 Lawrence Apprentice Base Wage Health Pension Supplemental unemployment Total Rate 1 60 $20.15 $7.70 18.35 $0.00 $46.20 2 70 $23.51 $7.70 18.35 $0.00 $49.56 3 75 $25.19 $7.70 18.35 $0.00 $51.24 4 80 $26.86 $7.70 18.35 $0.00 $52.91 5 85 $28.54 $7.70 18.35 $0.00 $54.59 6 90 $30.22 $7.70 18.35 $0.00 $56.27 Effective Date - 09/16/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $20.75 $7.70 18.35 $0.00 $46.80 2 70 $24.21 $7.70 18.35 $0.00 $50.26 3 75 $25.94 $7.70 18.35 $0.00 $51.99 4 80 $27.66 $7.70 18.35 $0.00 $53.71 5 85 $29.39 $7.70 18.35 $0.00 $55.44 6 90 $31.12 $7.70 18.35 $0.00 $57.17 - - - - - - -......._.._._.. ----- ...,.... -.,._ - - .__ _.._...._.. - ____ ..._....._ - _. - - - - Notes: Structural 1:6; Ornamental 1:4 I Apprentice to Journeyworker Ratio: This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative �- obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 26 of 68 7 DEVAL L. PATRICK Govcmor TIMOTHY P. MURRAY Lt. Govcmor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN ry Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street JACKHAMMER & PAVING BREAKER OPERATOR LABORERS - ZONE 2 'or apprentice rates see "Apprentice- LABORER" L,_t3ORER LABORERS - ZONE 2 Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 27 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN 1 y Secretary t Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Apprentice - LABORER - Zone 2 Effective Date - 06/01/2012 Step percent Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $17.61 $7.10 11.55 $0.00 $36.26 2 70 $20.55 $7.10 11.55 $0.00 $39.20 3 80 $23.48 $7.10 11.55 $0.00 $42.13 4 90 $26.42 $7.10 11.55 $0.00 $45.07 Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $17.76 $7.10 11.55 $0.00 $36.41 2 70 $20.72 $7.10 11.55 $0.00 $39.37 3 80 $23.68 $7.10 11.55 $0.00 $42.33 4 90 $26.64 $7.10 11.55 $0.00 $45.29 _- - - - ____ ._..-..,.._ __._ _ - _....._._ Notes: _ - _.._ -. -- _._. __._ ___ - ____ - - - ____ - - ---- f - __ - - -- - s - Apprentice to Journeyworker Ratio:1:5 -. _ ___. ___..-....._ - - ___ - __._ _. - - - ---- -__.__Apprentice I This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 28 of 68 ; DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Secetary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street LABORER: CARPENTER TENDER LABORERS - ZONE 2 'or apprentice rates see "Apprentice- LABORER" j-.. ORER: CEMENT FINISHER TENDER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" Effective Date Base Wage Health Pension Supplemental Unemplovment Total Rate 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2011 $29.35 $7.10 $11.55 0.00 $48.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 29 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Govemor As determined by the Director under the provisions of the secretary 1 TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate LABORER: MASON TENDER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75,,,- 52.75lFor Forapprentice rates see "Apprentice- LABORER" i I LABORER: MULTI -TRADE TENDER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 For apprentice rates see "Apprentice- LABORER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 30 of 68 THE COMMONWEALTH OF MASSACHUSETTS i M EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the .JOANNE F. GOLDSTEIN Govemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate LABORER: TREE REMOVER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 -his classification applies to the wholesale removal ,f standing trees including all associated trimming of branches and limbs, and applies to the removal of branches at locations not on or around utility lines. For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 31 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS a Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment MARBLE & TILE FINISHERS 08/01/2012 $36.20 $10.18 $16.04 0.00 $62.42 BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $36.67 $10.18 $16.04 0.00 $62.89 08/01/2013 $37.38 $10.18 $16.11 0.00 $63.67 02/01/2014 $37.83 $10.18 $16.11 0.00 $64.12 08/01/2014 $38.54 $10.18 $16.18 0.00 $64.90 02/01/2015 $38.99 $10.18 $16.18 0.00 $65.35 08/01/2015 $39.70 $10.18 $16.25 0.00 $66.13 02/01/2016 $40.15 $10.18 $16.25 0.00 $66.58 08/01/2016 $40.85 $10.18 $16.33 0.00 $67.36 02/01/2017 $41.31 $10.18 $16.33 0.00 $67.82 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 32 of 68 y THE COMMONWEALTH OF MASSACHUSETTS atl EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the .JOANNE F. GOLDSTEIN Gov , Y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Gnv Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Sheet Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE & TILE FINISHER -Local 3 Marble & Tile $10.18 16.04 $0.00 $44.56 Effective Date - 08/01/2012 $22.00 $10.18 16.04 Supplemental $48.22 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.10 $10.18 16.04 $0.00 $44.32 2 60 $21.72 $10.18 16.04 $0.00 $47.94 3 70 $25.34 $10.18 16.04 $0.00 $51.56 4 80 $28.96 $10.18 16.04 $0.00 $55.18 5 90 $32.58 $10.18 16.04 $0.00 $58.80 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.34 $10.18 16.04 $0.00 $44.56 2 60 $22.00 $10.18 16.04 $0.00 $48.22 3 70 $25.67 $10.18 16.04 $0.00 $51.89 4 80 $29.34 $10.18 16.04 $0.00 $55.56 5 90 $33.00 $10.18 16.04 $0.00 $59.22 ---__-..________--- __....._._._,.._._.-...._.._______, Notes: Steps are 800 hrs. 1 --__--- __-__ __._..- _-.._.._____---- __-___ Apprentice to Journeyworker Ratio: 1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. pec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 33 of 68 THE COMMONWEALTH OF MASSACHUSETTS to EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT r DEPARTMENT OF LABOR STANDARDS rt. Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOy DSTEIN Govcmor Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE Effective Date Base Wage Health 08/01/2012 $47.45 $10.18 02/01/2013 $48.03 $10.18 08/01/2013 $48.93 $10.18 02/01/2014 $49.49 $10.18 08/01/2014 $50.39 $10.18 02/01/2015 $50.95 $10.18 08/01/2015 $51.85 $10.18 02/01/2016 $52.42 $10.18 08/01/2016 $53.32 $10.18 02/01/2017 $53.89 $10.18 Pension Supplemental Total Rate $17.25 0.00 $17.25 0.00 $17.32 0.00 $17.32 0.00 $17.39 0.00 $17.39 0.00 $17.46 0.00 $17.46 0.00 $17.54 0.00 $17.54 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $74.88 $75.46 $76.43 $76.99 $77.96 $78.52 $79.49 $80.06 $81.04 $81.61 , Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 34 of 68 �r G DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.GOry DSTEIN SecruaMassachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE -TILE -TERRAZZO MECHANIC -Local 3 Marble & Tile Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.73 $10.18 17.25 $0.00 $51.16 2 60 $28.47 $10.18 17.25 $0.00 $55.90 3 70 $33.22 $10.18 17.25 $0.00 $60.65 4 80 $37.96 $10.18 17.25 $0.00 $65.39 5 90 $42.71 $10.18 17.25 $0.00 $70.14 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.02 $10.18 17.25 $0.00 $51.45 2 60 $28.82 $10.18 17.25 $0.00 $56.25 3 70 $33.62 $10.18 17.25 $0.00 $61.05 4 80 $38.42 $10.18 17.25 $0.00 $65.85 5 90 $43.23 $10.18 17.25 $0.00 $70.66 _........ - ____ _.__ _.. - ____..._._ -.. - Notes: - - - ___.._.._..... __._ ___ - - - ,_.....m......._. ----- ___ -- Apprentice to Journeyworker Ratio:1:3 MECH. SWEEPER OPERATOR (ON CONST. SITES) 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ,)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 35 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. HURRAY HEATHER E. ROWS Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street -Local 1121 Zone 2 Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 Classification Effective Date Base Wage Health Pension Supplemental Total Rate _ 11.64 $0.00 $37.75 3 60 Unemployment $8.67 MECHANICS MAINTENANCE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 $42.51 5 70 $22.20 $8.67 14.02 $0.00 $44.89 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 7 80 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 $26.95 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MILLWRIGHT (Zone 2) MILLWRIGHTS LOCAL 1121 - Zone 2 04/01/2011 $31.71 $8.67 $15.61 0.00 $55.99 Apprentice- MILLWRIGHT Effective Date - 04/01/2011 Step percent -Local 1121 Zone 2 Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $15.86 $8.67 11.64 $0.00 $36.17 2 55 $17.44 $8.67 11.64 $0.00 $37.75 3 60 $19.03 $8.67 13.23 $0.00 $40.93 4 65 $20.61 $8.67 13.23 $0.00 $42.51 5 70 $22.20 $8.67 14.02 $0.00 $44.89 6 75 $23.78 $8.67 14.02 $0.00 $46.47 7 80 $25.37 $8.67 14.82 $0.00 $48.86 8 85 $26.95 $8.67 14.82 $0.00 $50.44 .___...- - _ - _.._ - _.._...____ ....,....-.-.. - - - - - - - - - _._,. ___...._........... __._ - __._ .__., jNotes: Apprentice to Journeyworker Ratio: 1:5 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 36 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification MORTAR MIXER LABORERS - ZONE 2 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.rGOL DSTEIN SecMassachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street or apprentice rates see "Apprentice- LABORER" --ER (OTHER THAN TRUCK CRANES,GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS II OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PAINTER (BRIDGES/TANKS) PAINTERS LOCAL 35 - ZONE 2 Effective Date Base Wage Health 06/01/2012 $29.60 $7.10 12/01/2012 $29.85 $7.10 06/01/2013 $30.35 $7.10 12/01/2013 $30.85 $7.10 06/01/2014 $31.35 $7.10 12/01/2014 $31.85 $7.10 06/01/2015 $32.35 $7.10 12/01/2015 $32.85 $7.10 06/01/2016 $33.35 $7.10 12/01/2016 $34.10 $7.10 Pension Supplemental Total Rate $11.55 0.00 $48.25 $11.55 0.00 $48.50 $11.55 0.00 $49.00 $11.55 0.00 $49.50 $11.55 0.00 $50.00 $11.55 0.00 $50.50 $11.55 0.00 $51.00 $11.55 0.00 $51.50 $11.55 0.00 $52.00 $11.55 0.00 $52.75 06/01/2012 $21.31 $10.00 $12.65 0.00 $43.96 12/01/2012 $21.65 $10.00 $12.65 0.00 $44.30 06/01/2013 $22.07 $10.00 $12.65 0.00 $44.72 12/01/2013 $22.49 $10.00 $12.65 0.00 $45.14 06/01/2012 $24.60 $10.00 $12.65 0.00 $47.25 12/01/2012 $24.99 $10.00 $12.65 0.00 $47.64 06/01/2013 $25.47 $10.00 $12.65 0.00 $48.12 12/01/2013 $25.96 $10.00 $12.65 0.00 $48.61 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 07/01/2012 $44.51 $7.80 $15.10 0.00 01/01/2013 $45.01 $7.80 $15.60 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the -)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $67.41 $68.41 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 37 of 68 i. DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H Town of North Andover JOANNE F. GOLDSTEIN Secretary HEATHER E. ROWE Director City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 0.00 0.00 $0.00 $30.06 2 55 $24.48 $7.80 $0.00 3.38 $0.00 $35.66 3 60 $26.71 $7.80 $38.65 3.69 $0.00 $38.20 4 65 $28.93 $7.80 5 70 4.00 $0.00 $40.73 5 70 $31.16 $7.80 $33.76 13.26 $0.00 $52.22 6 75 $33.38 $7.80 $7.80 13.56 $0.00 $54.74 7 80 $35.61 $7.80 14.96 13.87 $0.00 $57.28 8 90 $40.06 $7.80 14.49 $0.00 $62.35 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.51 $7.80 0.00 $0.00 $30.31 2 55 $24.76 $7.80 3.52 $0.00 $36.08 3 60 $27.01 $7.80 3.84 $0.00 $38.65 4 65 $29.26 $7.80 4.16 $0.00 $41.22 5 70 $31.51 $7.80 13.68 $0.00 $52.99 6 75 $33.76 $7.80 14.00 $0.00 $55.56 7 80 $36.01 $7.80 14.32 $0.00 $58.13 8 90 $40.51 $7.80 14.96 $0.00 $63.27 Notes: _..._ _.....� ___._ _.....__. � � _w.... � ___ ..�......_. _m_ ._._. ,,..._ ......... ...._ �.._ ®____ � .,� �......_._ .._...... a Steps are 750 hrs. a Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 38 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT ` DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (SPRAY OR SANDBLAST, NEW) * 07/01/2012 $35.41 $7.80 $15.10 0.00 $58.31 * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall beused.PAINTERSLOCAL 35 - ZONE 2 01/01/2013 $35.91 $7.80 $15.60 0.00 $59.31 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 39 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - New Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.71 $7.80 0.00 $0.00 $25.51 2 55 $19.48 $7.80 3.38 $0.00 $30.66 3 60 $21.25 $7.80 3.69 $0.00 $32.74 4 65 $23.02 $7.80 4.00 $0.00 $34.82 5 70 $24.79 $7.80 13.26 $0.00 $45.85 6 75 $26.56 $7.80 13.56 $0.00 $47.92 7 80 $28.33 $7.80 13.87 $0.00 $50.00 8 90 $31.87 $7.80 14.49 $0.00 $54.16 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.96 $7.80 0.00 $0.00 $25.76 2 55 $19.75 $7.80 3.52 $0.00 $31.07 3 60 $21.55 $7.80 3.84 $0.00 $33.19 4 65 $23.34 $7.80 4.16 $0.00 $35.30 5 70 $25.14 $7.80 13.68 $0.00 $46.62 6 75 $26.93 $7.80 14.00 $0.00 $48.73 7 80 $28.73 $7.80 14.32 $0.00 $50.85 8 90 $32.32 $7.80 14.96 $0.00 $55.08 Notes: t } P 2 Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 40 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (SPRAY OR SANDBLAST, REPAINT) 07/01/2012 $33.47 $7.80 $15.10 0.00 $56.37 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $33.97 $7.80 $15.60 0.00 $57.37 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 41 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates F. GOLDSTEIN As determined by the Director under the provisions of the JOANNE Secretary I Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.74 $7.80 0.00 $0.00 $24.54 2 55 $18.41 $7.80 3.38 $0.00 $29.59 3 60 $20.08 $7.80 3.69 $0.00 $31.57 4 65 $21.76 $7.80 4.00 $0.00 $33.56 5 70 $23.43 $7.80 13.26 $0.00 $44.49 6 75 $25.10 $7.80 13.56 $0.00 $46.46 7 80 $26.78 $7.80 13.87 $0.00 $48.45 8 90 $30.12 $7.80 14.49 $0.00 $52.41 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.99 $7.80 0.00 $0.00 $24.79 2 55 $18.68 $7.80 3.52 $0.00 $30.00 3 60 $20.38 $7.80 3.84 $0.00 $32.02 4 65 $22.08 $7.80 4.16 $0.00 $34.04 5 70 $23.78 $7.80 13.68 $0.00 $45.26 6 75 $25.48 $7.80 14.00 $0.00 $47.28 7 80 $27.18 $7.80 14.32 $0.00 $49.30 8 90 $30.57 $7.80 14.96 $0.00 $53.33 -f - - - - - - --- -- - -- - - _- - - ..._ - - - ____ .,_.. ---- - - INotes: ._._.._.... ___. - - - - ___. - - Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 42 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. RGWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street PAINTER (TRAFFIC MARKINGS) LABORERS - ZONE 2 'or Apprentice rates see "Apprentice- LABORER" ...,NTER / TAPER (BRUSH, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.PA1NTERS LOCAL 35 - ZONE 2 Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 07/01/2012 $34.01 $7.80 $15.10 0.00 01/01/2013 $34.51 $7.80 $15.60 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $56.91 $57.91 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 43 of 68 � l r DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H Town of North Andover JOANNE F. GOLDSTETN Secretary J \ J HEATHER E. ROWE Director City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER -Local 35 Zone 2 BRUSH NEW Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.01 $7.80 0.00 $0.00 $24.81 2 55 $18.71 $7.80 3.38 $0.00 $29.89 3 60 $20.41 $7.80 3.69 $0.00 $31.90 4 65 $22.11 $7.80 4.00 $0.00 $33.91 5 70 $23.81 $7.80 13.26 $0.00 $44.87 6 75 $25.51 $7.80 13.56 $0.00 $46.87 7 80 $27.21 $7.80 13.87 $0.00 $48.88 8 90 $30.61 $7.80 14.49 $0.00 $52.90 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.26 $7.80 0.00 $0.00 $25:06 2 55 $18.98 $7.80 3.52 $0.00 $30.30 3 60 $20.71 $7.80 3.84 $0.00 $32.35 4 65 $22.43 $7.80 4.16 $0.00 $34.39 5 70 $24.16 $7.80 13.68 $0.00 $45.64 6 75 $25.88 $7.80 14.00 $0.00 $47.68 7 80 $27.61 $7.80 14.32 $0.00 $49.73 8 90 $31.06 $7.80 14.96 $0.00 $53.82 -- ___. - - - ___. ___. - ._._.._._ . . ____ --- .e_.- __m__ ...,® __.. ®....._ - - ___. - - - - - Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 44 of 68 t THE COMMONWEALTH OF MASSACHUSETTS fa . EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Gavemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER / TAPER (BRUSH, REPAINT) 07/01/2012 $32.07 $7.80 $15.10 0.00 $54.97 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $32.57 $7.80 $15.60 0.00 $55.97 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the -)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 45 of 68 THE COMMONWEALTH OF MASSACHUSETTS ;- EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN ' Gnvcmor y 1► Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE J Lt. Gnvcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Sheet Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2 - BRUSH REPAINT Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.04 $7.80 0.00 $0.00 $23.84 2 55 $17.64 $7.80 3.38 $0.00 $28.82 3 60 $19.24 $7.80 3.69 $0.00 $30.73 4 65 $20.85 $7.80 4.00 $0.00 $32.65 5 70 $22.45 $7.80 13.26 $0.00 $43.51 6 75 $24.05 $7.80 13.56 $0.00 $45.41 7 80 $25.66 $7.80 13.87 $0.00 $47.33 8 90 $28.86 $7.80 14.49 $0.00 $51.15 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.29 $7.80 0.00 $0.00 $24.09 2 55 $17.91 $7.80 3.52 $0.00 $29.23 3 60 $19.54 $7.80 3.84 $0.00 $31.18 4 65 $21.17 $7.80 4.16 $0.00 $33.13 5 70 $22.80 $7.80 13.68 $0.00 $44.28 6 75 $24.43 $7.80 14.00 $0.00 $46.23 7 80 $26.06 $7.80 14.32 $0.00 $48.18 8 90 $29.31 $7.80 14.96 $0.00 $52.07 _.. - - ,....-,.... --- _... - - - ____ - - ____.--- ®..._.._......... _...._....._._ - .__.---- - (Notes: Steps are 750 hrs. _ _ Apprentice to Journeyworker Ratio 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 46 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 4 DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the IOANNE F.GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PANEL & PICKUP TRUCKS DRIVER 08/01/2012 $29.68 $8.91 $7.27 0.00 $45.86 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.28 $9.07 $8.00 0.00 $47.35 PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2012 $39.20 $9.80 $17.67 0.00 $66.67 DECK) 08/01/2013 $40.70 $9.80 $17.67 0.00 $68.17 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2014 $42.20 $9.80 $17.67 0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 0.00 $71.17 PILE DRIVER 08/01/2012 $39.20 $9.80 $17.67 0.00 $66.67 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $40.70 $9.80 $17.67 0.00 $68.17 08/01/2014 $42.20 $9.80 $17.67 0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 0.00 $71.17 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the -)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. pec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 47 of 68 THE COMMONWEALTH OF MASSACHUSETTS sl . EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Govcmor As determined by the Director under the provisions of the sccrma y TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE _J Lt. Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PILEDRIVER -Local 56 Zone I Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.60 $9.80 17.67 $0.00 $47.07 2 60 $23.52 $9.80 17.67 $0.00 $50.99 3 70 $27.44 $9.80 17.67 $0.00 $54.91 4 75 $29.40 $9.80 17.67 $0.00 $56.87 5 80 $31.36 $9.80 17.67 $0.00 $58.83 6 80 $31.36 $9.80 17.67 $0.00 $58.83 1 �.J 7 90 $35.28 $9.80 17.67 $0.00 $62.75 8 90 $35.28 $9.80 17.67 $0.00 $62.75 Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.35 $9.80 17.67 $0.00 $47.82 2 60 $24.42 $9.80 17.67 $0.00 $51.89 3 70 $28.49 $9.80 17.67 $0.00 $55.96 4 75 $30.53 $9.80 17.67 $0.00 $58.00 5 80 $32.56 $9.80 17.67 $0.00 $60.03 6 80 $32.56 $9.80 17.67 $0.00 $60.03 7 90 $36.63 $9.80 17.67 $0.00 $64.10 8 90 $36.63 $9.80 17.67 $0.00 $64.10 (Notes: Apprentice to Journeyworker Ratio: 1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 48 of 68 THE COMMONWEALTH OF MASSACHUSETTS .y EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification PIPEFITTER & STEAMFITTER PIPEFITTERS LOCAL 537 (Local 138) Effective Date Base Wage Health 09/01/2012 $45.76 $8.75 03/01/2013 $47.01 $8.75 Pension Supplemental Total Rate Unemployment $12.39 0.00 $66.90 $12.39 0.00 $68.15 Apprentice - PIPEFITTER Local 537 (Local 138) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.30 $8.75 4.50 $0.00 $31.55 2 45 $20.59 $8.75 12.39 $0.00 $41.73 3 60 $27.46 $8.75 12.39 $0.00 $48.60 4 70 $32.03 $8.75 12.39 $0.00 $53.17 5 80 $36.61 $8.75 12.39 $0.00 $57.75 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.80 $8.75 4.50 $0.00 $32.05 2 45 $21.15 $8.75 12.39 $0.00 $42.29 3 60 $28.21 $8.75 12.39 $0.00 $49.35 4 70 $32.91 $8.75 12.39 $0.00 $54.05 5 80 $37.61 $8.75 12.39 $0.00 $58.75 Notes: ** 1:3; 3:15; 1:10 thereafter / Steps are I yr. I) Refrig/AC Mechanic**1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) Apprentice to Journeyworker Ratio:** This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 49 of 68 UT DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY LL Govemor Awarding Authority: Contract Number: Description of Work: Job Location: Classification PIPELAYER LABORERS - ZONE 2 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the°nNr ESecrcory�STEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H / HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street For apprentice rates see "Apprentice- LABORER" PLUMBER PLUMBERS & GASFI7TERS LOCAL 12 (Local 138) Effective Date Base Wage Health 06/01/2012 $29.60 $7.1C 12/01/2012 $29.85 $7.1C 06/01/2013 $30.35 $7.1C 12/01/2013 $30.85 $7.1C 06/01/2014 $31.35 $7.1C 12/01/2014 $31.85 $7.1C 06/01/2015 $32.35 $7.1C 12/01/2015 $32.85 $7.1C 06/01/2016 $33.35 $7.1C 12/01/2016 $34.10 $7.1( Pension Supplemental Total Rate $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 $11.55 0.00 09/01/2012 $43.98 $9.32 $13.29 0.00 03/01/2013 $45.23 $9.32 $13.29 0.00 $48.25 $48.50 $49.00 $49.50 $50.00 $50.50 $51.00 $51.50 $52.00 $52.75 N $66.59 $67.84 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the f 1 employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. J 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 50 of 68 tk DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the lOANT1E F. GOry DSTEIN Secreta Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PLUMBERIGASFITTER -Local 12 (Local 138) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.39 $9.32 4.97 $0.00 $29.68 2 40 $17.59 $9.32 5.61 $0.00 $32.52 3 55 $24.19 $9.32 7.53 $0.00 $41.04 4 65 $28.59 $9.32 8.81 $0.00 $46.72 5 75 $32.99 $9.32 10.09 $0.00 $52.40 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.83 $9.32 4.97 $0.00 $30.12 2 40 $18.09 $9.32 5.61 $0.00 $33.02 3 55 $24.88 $9.32 7.53 $0.00 $41.73 4 65 $29.40 $9.32 8.81 $0.00 $47.53 5 75 $33.92 $9.32 10.09 $0.00 $53.33 - - - - - __.. __-. - - - - - Notes: -- - --- ._.., - ___.- - - - - - ___. - ---- --,Notes: Steps are 1 yr Step 4 with lic$50.43 Step5 with lic$56.22 °--------_.._---_._.._�..-_...�.�..._....._._._..-_..._----...-- Apprentice to Journeyworker Ratio:1:5 PNEUMATIC CONTROLS (TEMP.) PIPEF17TERSLOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 51 of 68 DEVAL L. PATRICK G.,cmor TIMOTHY P. MURRAY Lt. Govcmor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the IOANNEsF. GOry DSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE ~ "� Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street PNEUMATIC DRILL/TOOL OPERATOR LABORERS- ZONE 2 For apprentice rates see "Apprentice- LABORER" POWDERMAN & BLASTER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" POWER SHOVEL/DERRICK/TRENCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.54 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 N 06/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2012 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2013 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2013 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2014 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2014 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2015 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2015 $33.60 $7.10 $11.55 0.00 $52.25 06/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 12/01/2016 $34.85 $7.10 $11.55 0.00 $53.50 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 52 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $28.09 $10.00 $12.65 0.00 $50.74 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $10.00 $12.65 0.00 $51.74 12/01/2013 Unemployment $10.00 PUMP OPERATOR (CONCRETE) 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (DEWATERING, OTHER) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 ` DY -MIX CONCRETE DRIVER ISTERS LOCAL 42 04/30/2009 $25.80 $5.96 $5.34 0.00 $37.10 RECLAIMERS 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" RESIDENTIAL WOOD FRAME (All Other Work) 04/01/2011 $24.24 $8.67 $15.51 0.00 $48.42 CARPENTERS -ZONE 2 (Residential Wood) RESIDENTIAL WOOD FRAME CARPENTER ** 05/01/2011 $24.24 $6.34 $6.23 0.00 $36.81 ** The Residential Wood Frame Carpenter classification applies only to the construction of new, wood frame residences that do not exceed four stories including the basement. CARPENTERS -ZONE 2 (Residential Wood) As of 9/1/09 Carpentry work on wood -frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 53 of 68 THE COMMONWEALTH OF MASSACHUSETTS - EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS l Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN ' 1 Govemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment RIDE -ON MOTORIZED BUGGY OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" J ROLLER/SPREADER/MULCHING MACHINE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) 08/01/2012 $36.41 $10.50 $10.70 0.00 $57.61 ROOFERS LOCAL 33 02/01/2013 $37.41 $10.50 $10.70 0.00 $58.61 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 54 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS I. Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor Y p Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - ROOFER - Local 33 Effective Date- 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.21 $10.50 3.38 $0.00 $32.09 2 60 $21.85 $10.50 10.70 $0.00 $43.05 3 65 $23.67 $10.50 10.70 $0.00 $44.87 4 75 $27.31 $10.50 10.70 $0.00 $48.51 5 85 $30.95 $10.50 10.70 $0.00 $52.15 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.71 $10.50 3.38 $0.00 $32.59 2 60 $22.45 $10.50 10.70 $0.00 $43.65 3 65 $24.32 $10.50 10.70 $0.00 $45.52 4 75 $28.06 $10.50 10.70 $0.00 $49.26 5 85 $31.80 $10.50 10.70 $0.00 $53.00 - ..- - _ ___. - -....- - ____ --- Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 - ___. _ - - __.. - -- ___..-._.. - - - __.. i Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. 3 r _ e......_..-._..».. Apprentice to Journeyworker Ratio:** _ - - - ,....e _... - - - - ---" "- - __-. _..,-.- ROOFER SLATE / TILE / PRECAST CONCRETE 08/01/2012 $36.66 $10.50 $10.70 0.00 $57.86 ROOFERS LOCAL 33 02/01/2013 $37.66 $10.50 $10.70 0.00 $58.86 For apprentice rates see "Apprentice- ROOFER" SHEETMETAL WORKER 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 55 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - SHEET METAL WORKER - Local 17-A Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.44 $9.82 4.00 $0.00 $30.26 2 40 $16.44 $9.82 4.00 $0.00 $30.26 3 45 $18.50 $9.82 8.00 $1.09 $37.41 4 45 $18.50 $9.82 8.00 $1.09 $37.41 5 50 $20.55 $9.82 8.75 $1.17 $40.29 6 50 $20.55 $9.82 9.00 $1.18 $40.55 \ J 7 60 $24.66 $9.82 10.24 $1.34 $46.06 8 65 $26.72 $9.82 10.99 $1.43 $48.96 9 75 $30.83 $9.82 12.49 $1.59 $54.73 10 85 $34.94 $9.82 13.49 $1.75 $60.00 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.94 $9.82 4.00 $0.00 $30.76 2 40 $16.94 $9.82 4.00 $0.00 $30.76 3 45 $19.06 $9.82 8.00 $1.11 $37.99 4 45 $19.06 $9.82 8.00 $1.11 $37.99 5 50 $21.18 $9.82 8.75 $1.19 $40.94 6 50 $21.18 $9.82 9.00 $1.20 $41.20 7 60 $25.41 $9.82 10.24 $1.36 $46.83 8 65 $27.53 $9.82 10.99 $1.45 $49.79 9 75 $31.76 $9.82 12.49 $1.62 $55.69 10 85 $36.00 $9.82 13.49 $1.78 $61.09 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. N ` 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 56 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE I. GON DSTEIN Governor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment .. - _......_,.... — ___ — — . _._. — __..--- .._..--- — — ____ — _._. ,_M.., — � _ ..� _ ..,_..— — — Notes: i Steps are 6 mos. s— ____ — —— --- ®_____ — ____ — — — --- ____. _._.._... _,... _,,.,n w — — __...... I Apprentice to Journeyworker Ratio: 1:4 SIGN ERECTOR PAINTERS LOCAL 35 - ZONE 2 06/01/2012 $25.37 $6.82 $6.85 0.00 06/01/2013 $25.81 $7.07 $7.05 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $39.04 $39.93 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 57 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT U14 - DE PARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN � \ Govemnr Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension supplemental Total Rate Unemployment Apprentice- SIGN ERECTOR -Local 35 Zone 2 Effective Date - 06/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.69 $6.82 0.00 $0.00 $19.51 2 55 $13.95 $6.82 2.35 $0.00 $23.12 3 60 $15.22 $6.82 2.35 $0.00 $24.39 4 65 $16.49 $6.82 2.35 $0.00 $25.66 5 70 $17.76 $6.82 6.85 $0.00 $31.43 6 75 $19.03 $6.82 6.85 $0.00 $32.70 7 80 $20.30 $6.82 6.85 $0.00 $33.97 8 85 $21.56 $6.82 6.85 $0.00 $35.23 9 90 $22.83 $6.82 6.85 $0.00 $36.50 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 0.00 $0.00 $19.98 2 55 $14.20 $7.07 2.45 $0.00 $23.72 3 60 $15.49 $7.07 2.45 $0.00 $25.01 4 65 $16.78 $7.07 2.45 $0.00 $26.30 5 70 $18.07 $7.07 7.05 $0.00 $32.19 6 75 $19.36 $7.07 7.05 $0.00 $33.48 7 80 $20.65 $7.07 7.05 $0.00 $34.77 8 85 $21.94 $7.07 7.05 $0.00 $36.06 9 90 $23.23 $7.07 7.05 $0.00 $37.35 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 58 of 68 THE COMMONWEALTH OF MASSACHUSETTS tl ., EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS a. Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the IOAN`NESC. GOLDSTEIN Govcmor rY TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govcmor Di -w Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment ____ _._...._._. - ____..___..� .-.. ____ ._._ - - _ ___ - _____ _____ - - - - - ___. _ Notes: Steps are 4 mos. f i Apprentice to Journeyworker Ratio: 1:1 SPECIALIZED EARTH MOVING EQUIP < 35 TONS 08/01/2012 $30.44 $8.91 $7.27 0.00 $46.62 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.74 $8.91 $8.00 0.00 $47.65 SPECIALIZED EARTH MOVING EQUIP > 35 TONS 08/01/2012 $30.73 $8.91 $7.27 0.00 $46.91 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $31.03 $8.91 $8.00 0.00 $47.94 SPRINKLER FITTER 09/01/2012 $47.28 $8.42 $12.45 0.00 $68.15 SPRINKLER FITTERS LOCAL 550 - (Section B) 03/01/2013 $48.28 $8.42 $12.45 0.00 $69.15 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 59 of 68 s .f l� DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Govcmor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the IOANNESF. GOry DSTEIN ccrcta Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE �J Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - SPRINKLER FITTER - Local 550 (Section B) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $16.55 $8.42 7.85 $0.00 $32.82 2 40 $18.91 $8.42 7.85 $0.00 $35.18 3 45 $21.28 $8.42 7.85 $0.00 $37.55 4 50 $23.64 $8.42 7.85 $0.00 $39.91 5 55 $26.00 $8.42 7.85 $0.00 $42.27 6 60 $28.37 $8.42 7.85 $0.00 $44.64 7 65 $30.73 $8.42 7.85 $0.00 $47.00 8 70 $33.10 $8.42 7.85 $0.00 $49.37 9 75 $35.46 $8.42 7.85 $0.00 $51.73 10 80 $37.82 $8.42 7.85 $0.00 $54.09 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $16.90 $8.42 7.85 $0.00 $33.17 2 40 $19.31 $8.42 7.85 $0.00 $35.58 3 45 $21.73 $8.42 7.85 $0.00 $38.00 4 50 $24.14 $8.42 7.85 $0.00 $40.41 5 55 $26.55 $8.42 7.85 $0.00 $42.82 6 60 $28.97 $8.42 7.85 $0.00 $45.24 7 65 $31.38 $8.42 7.85 $0.00 $47.65 8 70 $33.80 $8.42 7.85 $0.00 $50.07 9 75 $36.21 $8.42 7.85 $0.00 $52.48 10 80 $38.62 $8.42 7.85 $0.00 $54.89 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 60 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN rn Goveor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment _.__ _.__ ____ -..-..,. - ____ - _-._....._......... _._-......_. _____ - - ____ - _._. _-__ - -___ -..-.... (Notes: } Steps are 850 hours Ei I Apprentice to Journeyworker Ratio: 1:1 STEAM BOILER OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL 103 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 09/01/2012 $32.11 $13.00 $12.49 0.00 $57.60 03/01/2013 $32.64 $13.00 $12.51 0.00 $58.15 09/01/2013 $33.15 $13.00 $12.52 0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 0.00 $61.79 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 61 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN N Governor Y p Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE *` Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TELECOMMUNICATION TECHNICIAN- Local 103 Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $12.84 $13.00 0.39 $0.00 $26.23 2 40 $12.84 $13.00 0.39 $0.00 $26.23 3 45 $14.45 $13.00 9.77 $0.00 $37.22 4 45 $14.45 $13.00 9.77 $0.00 $37.22 5 50 $16.06 $13.00 10.02 $0.00 $39.08 6 55 $17.66 $13.00 10.27 $0.00 $40.93 7 60 $19.27 $13.00 10.52 $0.00 $42.79 8 65 $20.87 $13.00 10.77 $0.00 $44.64 9 70 $22.48 $13.00 11.02 $0.00 $46.50 10 75 $24.08 $13.00 11.26 $0.00 $48.34 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension unemployment Total Rate 1 40 $13.06 $13.00 0.39 $0.00 $26.45 2 40 $13.06 $13.00 0.39 $0.00 $26.45 3 45 $14.69 $13.00 9.78 $0.00 $37.47 4 45 $14.69 $13.00 9.78 $0.00 $37.47 5 50 $16.32 $13.00 10.03 $0.00 $39.35 6 55 $17.95 $13.00 10.28 $0.00 $41.23 7 60 $19.58 $13.00 10.53 $0.00 $43.11 8 65 $21.22 $13.00 10.78 $0.00 $45.00 9 70 $22.85 $13.00 11.03 $0.00 $46.88 10 75 $24.48 $13.00 11.28 $0.00 $48.76 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 62 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN G-roor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate -_.-...._..._.._ - -_.- - - _- - - ____ - - _____ ....._..._.... ____ __._ ...._..._._... _____ Unemployment Notes: __._ - ____ ._.....w i - - Apprentice to Journeyworker Ratio:l:l - - _...u� TERRAZZO FINISHERS 08/01/2012 $46.35 $10.18 $17.25 0.00 $73.78 BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $46.93 $10.18 $17.25 0.00 $74.36 08/01/2013 $47.83 $10.18 $17.32 0.00 $75.33 02/01/2014 $48.39 $10.18 $17.32 0.00 $75.89 08/01/2014 $49.29 $10.18 $17.39 0.00 $76.86 02/01/2015 $49.85 $10.18 $17.39 0.00 $77.42 08/01/2015 $50.75 $10.18 $17.46 0.00 $78.39 02/01/2016 $51.32 $10.18 $17.46 0.00 $78.96 08/01/2016 $52.22 $10.18 $17.54 0.00 $79.94 02/01/2017 $52.79 $10.18 $17.54 0.00 $80.51 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ►yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 63 of 68 THE COMMONWEALTH OF MASSACHUSETTS �uf EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Govcmor As determined by the Director under the provisions of the secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H �J TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TERRAZZO FINISHER -Local 3 Marble & Tile Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.18 $10.18 17.25 $0.00 $50.61 2 60 $27.81 $10.18 17.25 $0.00 $55.24 3 70 $32.45 $10.18 17.25 $0.00 $59.88 4 80 $37.08 $10.18 17.25 $0.00 $64.51 5 90 $41.72 $10.18 17.25 $0.00 $69.15 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.47 $10.18 17.25 $0.00 $50.90 2 60 $28.16 $10.18 17.25 $0.00 $55.59 3 70 $32.85 $10.18 17.25 $0.00 $60.28 4 80 $37.54 $10.18 17.25 $0.00 $64.97 5 90 $42.24 $10.18 17.25 $0.00 $69.67 ____ _.._ - ___. - ___. ___.._._. _._ - Notes: - -- ___. - ___. - ____ _.__....__ - - - -___ - __._ - _._-.. Steps are 800 hrs. J �...... ___. ____ ___, .._._.--- - -- Apprentice to Journeyworker Ratio:1:3 - - ____ - __._ ___. - _-- __-, - - - ____ _.._ ____ - - ____ - TEST BORING DRILLER 12/01/2011 $33.05 $7.10 $12.60 0.00 $52.75 LABORERS - FOUNDATION AND MARINE This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 64 of 68 _ THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Gov-,Scactnry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TEST BORING DRILLER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $19.83 $7.10 12.60 $0.00 $39.53 2 70 $23.14 $7.10 12.60 $0.00 $42.84 3 80 $26.44 $7.10 12.60 $0.00 $46.14 4 90 $29.75 $7.10 12.60 $0.00 $49.45 (Notes: Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER HELPER 12/01/2011 $31.77 $7.10 $12.60 0.00 $51.47 LABORERS -FOUNDATION AND MARINE TEST BORING LABORER LABORERS -FOUNDATION AND MARINE 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. pec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 65 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H Town of North Andover JOANNE F. GOLDSTEIN Secretary HEATHER E. ROWE Director City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension supplemental Total Rate Unemployment Apprentice- TEST BORING LABORER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $18.99 $7.10 12.60 $0.00 $38.69 2 70 $22.16 $7.10 12.60 $0.00 $41.86 3 80 $25.32 $7.10 12.60 $0.00 $45.02 4 90 $28.49 $7.10 12.60 $0.00 $48.19 ------------------------------ .....-.._.....------_-_-___--.___.---.-___.__..----__..__-.........._.-_...__-_--......_._..,Notes: Notes: $12.65 0.00 $63.51 12/01/2013 t $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ----------------------------- Apprentice to Journeyworker Ratio: 1:3 TRACTORS/PORTABLE STEAM GENERATORS 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT 08/01/2012 $31.02 $8.91 $7.27 0.00 $47.20 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $31.32 $8.91 $8.00 0.00 $48.23 TUNNEL WORK - COMPRESSED AIR 12/01/2011 $44.08 $7.10 $13.00 0.00 $64.18 LABORERS (COMPRESSED AIR) TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 12/01/2011 $46.08 $7.10 $13.00 0.00 $66.18 LABORERS (COMPRESSED AIR) TUNNEL WORK - FREE AIR 12/01/2011 $36.15 $7.10 $13.00 0.00 $56.25 LABORERS (FREE AIR TUNNEL) TUNNEL WORK - FREE AIR (HAZ. WASTE) 12/01/2011 $38.15 $7.10 $13.00 0.00 $58.25 LABORERS (FREE AIR TUNNEL) This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 66 of 68 �l " DEVAL L. PATRICK Govemar TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location: THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN S-etary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate VAC -HAUL 08/01/2012 $30.44 $8.91 $7.27 0.00 $46.62 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 12/01/2012 $30.74 $8.91 $8.00 0.00 $47.65 WAGON DRILL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" WASTE WATER PUMP OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 WATER METER INSTALLER 09/01/2012 $43.98 $9.32 $13.29 PLUMBERS & GASFITTERS LOCAL 12 (Local 138) 03/01/2013 $45.23 $9.32 $13.29 For apprentice rates see "Apprentice- PLUM BER/PIPEFITTER" or "PLUMBER/GASFITTER" 0.00 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $66.59 $67.84 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 67 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the IOANVESF. ecretary EIN Gove Govrnor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE `J Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Additional Apprentice Information: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre -determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. I IE -11 L. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. a 23, ss. I IE -11L. All steps are six months (1000 hours) unless otherwise specified. * Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof. ** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 68 of 68 WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c. 149, §27B, a true and accurate record must be kept of all persons employed on the public works project for which the enclosed rates have been provided. A Payroll Form has been printed on the reverse of this page and includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the contract. In addition, every contractor and subcontractor is required to submit a copy of their weekly payroll records to the awarding authority. This is required to be done on a weekly basis. Once collected, the awarding authority is also required to preserve those records for three years from the date of completion of the project. Each such contractor or subcontractor shall furnish to the awarding authority directly within 15 days after completion of its portion of the work, a statement, executed by the contractor, subcontractor or by any authorized officer thereof who supervised the payment of wages, this form. STATEMENT OF COMPLIANCE 20 (Name of signatory party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor, subcontractor or public body) (Building or project) and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty nine of the General Laws. Signature Title 09/11 2 Of0 LL r 0 a LU J J 0/�/ LL N a Of a 6 z s U I� fa4y. -- x w p1 [7 a m � + 0 mm U O LU Y d m i `o A c i E ND a 3 2 m m � m m LL < d O T w N c z 3 a a `m c CL R m: F O 1' z� m ry N m m a` �3 ° O O Z w Y O = Z Q _ O= O C Q a 2 a a y 0 N LL t F � a m O m E Z m E a � d a R z a. N Q a O 3 CO w 3 � Q m � Q ou. 1- C N c 0 m c N m U Y O 3 TQ N E 0n W U U E y y d @ z E E A o Q O � m t6 z w _ E ui 3 is � :. C 0 O U ata m z w w ) m s Q £ p E m z c m c m CL E o CL E v Q m _° E U t7 w N a Of a Stevens Estate Window Replacement North Andover, MA Cover Sheet Al Building Elevations A2 Window Types and Details DRAWINGS INDEX DWGS INDEX - 1 Kang Associates, Inc. September 19, 2012 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 DIVISION 01- GENERAL REQUIREMENTS SECTION 01.11.00 SUMMARY OF WORK 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 DESCRIPTION OF WORK 2.1 The name of the Project is: Stevens Estate Window Replacement, 723 Osgood Street, North Andover, Massachusetts. 2.2 The Work required under the Contract consists of providing all labor and materials in accordance with the Contract Documents and all equipment, accessories, and related devices required to execute the intentions of the Contract Documents. 2.3 ABBREVIATED SUMMARY: The Project consists of window replacement and associated trim repairs and painting to a historical town owned building, including but not limited to the following: A. Asbestos abatement of existing window components. B. Demolition of existing window sashes and selected exterior trims. C. Repairs to existing window trims. D. Re -painting of exterior wood components. E. Painting of new surfaces. F. New wood screen doors. 2.4 LIMIT OF CONSTRUCTION: Work of this Contract includes, without limitation, all work outside the Project site, property lines, construction limit lines as shown on the Drawings to the extent that such work is required for the proper performance and completion of the Work in this Contract, including restoration to its original condition of all work damaged or destroyed by work in areas outside the Project site. 2.5 UTILITIES: Work of this Contract includes, without limitation, full coordination and cooperation with local utility companies. The Contractor shall be responsible for the full coordination of all utility services including, but not limited to, natural gas, electrical, water, sewer, telephone, cable television, and other utilities. The Contractor shall provide all work required by utility companies in support of the provision, relocation, and installation of utilities, including that which is expressly and not expressly specified in the Contract Documents. The Contractor shall pay all charges and fees related to temporary and permanent utility services assessed by the utility companies. Summary of Work 01.11.00 - 1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 2.6 SPECIFICATIONS A. The Specifications are written and organized in general conformance with Construction Specifications Institute Masterformat System. The organization of Specifications Sections is not intended to define the scope or limit of work for individual trades or sub -contractors. The General Contractor is solely responsible for the allocation of responsibilities amongst his sub -contractors. B. The intent of the Specifications is to establish minimum performance standards. Designation of a particular material, product, or system as "acceptable" does not imply that no modifications, alterations, or customizations are required to meet the specified performance criteria or design intent. 2.7 DRAWINGS: The Drawings show design intent only. The Contractor is responsible for methods, procedures, and sequencing of construction to achieve the design intent. 3.0 TIME OF COMPLETION 3.1 The Work shall commence at the time stated in the Notice to Proceed and shall be completed within 180 consecutive calendar days thereafter. END OF SECTION Summary of Work 01.11.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 01.31.00 COORDINATION 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the work of this Section. 2.0 OWNER'S WORK 2.1 EXTENT: The Owner shall be responsible for: A. Relocation of movable site improvements. B. Temporary removal of window treatments. C. Temporary relocation of interior furnishings. 2.2 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall coordinate his Work with that of the Owner. The Contractor shall advise the Owner, in advance, of his schedule and notify the Owner with adequate time to allow completion of the Owner's work. Failure to do so shall not delay the progress of Work and shall imply acceptance of conditions by the Contractor. B. Protection: The Contractor shall adequately protect furnishings, landscaping, and equipment left in place or temporarily stored by the Owner. 3.0 WORK UNDER SEPARATE CONTRACT 3.1 EXTENT: The Owner reserves the right to perform work under separate contract. The following work is planned and may take place simultaneously. A. Exterior masonry repairs. 3.2 CONTRACTOR'S RESPONSIBILITIES A. General: The Contractor shall coordinate his Work with that of contractors under separate contract. He shall provide full access to the site and building and shall not interfere with the work of contractors under separate contract. END OF SECTION Coordination 01.31.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 01.32.00 PROJECT PROCEDURES 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 EXISTING PROPERTY 2.1 EXISTING USES: The property is an active events center and will continue to be leased for events during construction. The building will be, at times, be open to the public, occupied by staff, and used for private functions. The Contractor shall schedule his Work to have the least disruptive effect on the occupants and visitors to the facility. The Contractor shall protect construction areas from non -construction personnel. The Contractor shall take care to avoid generating dust and noise and generally creating a nuisance. 2.2 SITE: The Contractor's attention is called to the fact that the project is located on a well - landscaped site with significant site improvements. The Contractor shall take special care to protect or temporarily relocated and restore existing landscaping and site improvements. The Contractor shall replace landscaping and site improvements that cannot be properly restored. 3.0 SCHEDULING OF WORK 3.1 The Work must be completed in a continuous uninterrupted operation. The Contractor must use sufficient personnel and adequate equipment to complete all the necessary work requirements within the Contract Time. 3.2 PROJECT SCHEDULE: Before beginning Work, the Contractor shall submit a detailed schedule depicting the planned progress of work, including critical paths between trades. Schedule shall be updated as construction proceeds. Failure to submit a project schedule may result in rejection of requests for payment. 4.0 PROJECT MANAGEMENT 4.1 The Contractor must retain on the Work during its progress a competent full time representative, satisfactory to the Owner. This representative shall not be changed, except with the consent of the Owner. The representative shall be in full charge of the work and all instructions given to this person by the Architect shall be binding. 4.2 The Contractor must supply to the Owner the home telephone number of a responsible person who may be contacted during non -work hours for emergencies on the Project. 5.0 EXISTING SERVICES AND UTILITIES: The Contractor shall notify the Owner a minimum of 72 hours prior to any disruption of utility services. 6.0 PROTECTION OF PERSONS & PROPERTIES 6.1 Existing construction, properties, equipment, etc. to remain, shall be protected to maintain their pre-existing conditions. Action required to restore items to their pre-existing conditions shall be provided by the Contractor before Final Payment and at no additional cost to the Owner. For items which cannot be restored to their pre-existing condition, a reasonable amount will be deducted from the Contract Sum to pay for replacement. Project Procedures 01.32.00-1 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 J 6.2 Any damage to buildings, roads, (public and private), bituminous concrete areas, fences, lawn areas, trees, shrubbery, poles, underground utilities, etc. shall be made good by and at the Contractor's own expense, all to the satisfaction of the Owner. 6.3 The Contractor shall patch, repair and/or replace all adjacent materials and surfaces damaged after the installation of new work at no expense to the Owner. All repair and replacement work shall match the existing in kind and appearance. 7.0 TEMPORARY PROTECTION 7.1 The Contractor shall: A. Protect buildings and materials at all times from rain water, ground water, backing -up, or leakage of sewers, drains, or other piping, or from water damage of any origin. Provide all pumps, piping, coverings, and other materials and equipment as required by job conditions to accomplish this requirement. B. In addition to the weather protection during the months of November to March specified elsewhere, provide temporary watertight enclosures for openings in exterior walls when and as required to protect the Work from damage by inclement weather. Temporary enclosures shall be provided with adequate means of ventilation to prevent accumulation of moisture in the buildings. C. Protect sills, jambs, and heads of openings through which materials are handled. 7.2 Roof surfaces and waterproofed surfaces shall not be subjected to traffic nor shall they be used for storage of materials. Where some activity must take place in order to carry out the Work, adequate protection must be provided. 8.0 SAFETY 8.1 The project site shall be maintained in a safe and orderly state. Required exitways shall be kept clear and unobstructed at all times. Ensure egress routes are clear at all times. If existing egress routes are disrupted, submit alternative plans for egress for approval by state building inspector, the Authority, and the Architect. 8.2 The Contractor shall, at all times, leave an unobstructed way along walks and roadways, and shall maintain barriers and lights for the protection of all persons and property in all locations where materials are stored or work is in progress. 9.0 SECURITY 9.1 The Contractor shall be responsible for providing all security precautions necessary to protect the Contractor's and Owner's interests. 9.2 All personnel on site shall be subject to criminal background checks as required by the Owner. Project Procedures 01.32.00-2 Stevens Estate Window Replacement North Andover, MA 10.0 NOISE AND DUST CONTROL Kang Associates, Inc. September 19, 2012 10.1 The Contractor shall take special measures to protect visitors, neighbors, and the general public from noise, dust, and other disturbances by: A. Keeping common pedestrian and vehicular circulation areas clean and unobstructed. B. Sealing dust and fumes from contaminating occupied areas. 11.0 FIRE PROTECTION: The Contractor shall take necessary precautions to insure against fire during construction. The Contractor shall be responsible to ensure that the area within contract limits is kept orderly and clean and that combustible rubbish and construction debris is promptly removed from the site. 12.0 WEATHER PROTECTION 12.1 The Contractor shall provide Weather Protection as required by Specification Section 01.50.00 Temporary Facilities and any other specific requirements of the Contract Documents. 12.2 Should high wind warnings be issued by the U.S. Weather Bureau, the Contractor shall take every precaution to minimize danger to persons, to the Work, and to the adjacent property. 13.0 CLEANING DURING CONSTRUCTION: Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. 13.1 Pollution: Do not burn or bury rubbish and waste materials on the site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. 13.2 Dust: Wet down dry materials and rubbish to lay dust and prevent blowing dust. Do not allow materials and rubbish to drop free or be thrown from upper floors, but remove by use of a material hoist or rubbish chutes. 13.3 Maintain the site free from accumulations of waste, debris, and rubbish. Provide on-site containers for collection of waste materials and rubbish. Remove and legally dispose waste materials and rubbish from site. Disposal of materials shall be in compliance with all applicable laws, ordinances, codes, and by-laws. 14.0 PROJECT MEETINGS: Project meetings shall be held to aid coordination and planning of construction progress. The Contractor, the Architect, and the Owner shall mutually agree on a schedule of regular project meetings. The Owner and the Architect reserve the right to require special meetings at which the attendance of the Contractor and affected sub -contractors is required. END OF SECTION Project Procedures 01.32.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 01.33.00 SUBMITTALS 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 COPIES AND DISTRIBUTION 2.1 COPIES: Electronic versions of submittals is encouraged. If hard copies are submitted, a minimum of 5 copies or prints shall be provided for all submittals requiring action by the Architect. 2.2 SCHEDULING: The Contractor is responsible for the scheduling of all submittals to allow for adequate time for review and approval; fabrication; and installation. Allow a minimum of 10 working days for the Architect's review and approval of each submission. Failure to plan for the review process shall not relieve the Contractor of his responsibilities to meet the Contract Time. 2.3 PREPARATION: Each submittal shall be identified with the Contractor's name, manufacturer's name, Project name, date, and reference numbers of relevant Specifications sections and Drawings. The Contractor shall modify and customize all submittals to show all dimensions and coordination with adjacent work and field conditions. Clearly note and describe all qualifications to and deviations from the Contract Documents. The Contractor shall stamp, date, and sign each submittal to attest to his review and approval before submitting it to the Architect. Submittals not prepared in accordance with these requirements shall be returned without action to the Contractor. 2.4 DISTRIBUTION: Submittals which are marked "Approved" or "Approved as Noted" by the Architect, following the guidelines stipulated below in subparagraph 4.2 will be returned to the Contractor for distribution, with 2 copies retained by the Architect. Contractor shall distribute copies to subcontractors and all other parties requiring the information contained in the submittal. 3.0 REQUIRED SUBMITTALS 3.1 SCHEDULE OF VALUES: A Schedule of Values distinguishing the values of labor and materials for each trade component shall be submitted to the Architect prior to the first request for payment. A. The total value for General Conditions, including costs for bonds and insurance, shall total a minimum of 10% of the total contract amount. B. No values shall be assigned to the preparation of shop drawings. 3.2 ESTIMATED PAYMENT SCHEDULE: A schedule of anticipated monthly payment requests shall be submitted to the Architect prior to the first request for payment. 3.3 PRODUCT DATA: Manufacturer's printed literature, when required by the Specifications, shall be submitted to the Architect for review. One approved copy shall be included in the Maintenance Manual in accordance with Section 01.77.00. Submittals 01.33.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 3.4 SHOP DRAWINGS: Submit accurate, detailed, large scaled drawings prepared specifically for this Project. Drawings shall show adjacent conditions, related work, accurate field dimensions, materials, products, and any required special coordination. 3.5 SAMPLES, when required by the Specifications, shall be submitted to the Architect for review. In-place samples shall be in accordance with the Specifications. 3.6 WARRANTIES: Warranties and certifications, as required by the Specifications, shall be submitted to the Owner through the Architect. Warranties shall become effective upon Substantial Completion. 4.0 ARCHITECT'S ACTION ON SUBMITTALS 4.1 The Architect will review product data and samples for conformity to the design intent of the Contract Documents. Approval by the Architect shall not relieve the Contractor of his responsibilities to fulfill all the requirements of the Contract. 4.2 The Architect's action will have the following meanings: A. Approved: Work covered by the submittal may proceed. Approval by the Architect does not relieve the Contractor of responsibilities to comply with the requirements of the Contract Documents without limitation. B. Approved as Noted: Work covered by the submittal may proceed provided it complies with the Architect's notes. A re -submission of the submittal is not required. Neither approval by the Architect and nor the Architect's notes relieve the Contractor of J responsibilities to comply with the requirements of the Contract Documents without limitation. C. Revise and Resubmit: Make changes to the submittal as noted and resubmit to the Architect for review before work covered by the submittal can proceed. D. Disapproved: Prepare a new submittal and resubmit to the Architect for review before work covered by the submittal can proceed. 4.3 Submittals not requiring action by the Architect shall be retained for information only. 5.0 REQUESTS FOR SUBSTITUTIONS 5.1 Requests for product substitutions shall be submitted for review and approval prior to the commencement of Work. Clearly identify the product to be replaced by the substitute. 5.2 Product substitutions are not allowed except with evidence provided by the Contractor of one of the following conditions. A. The product substitution is allowed under an "or equal" clause in the Specifications. B. The specified product is not produced or cannot be produced in time to meet the Contract Time. Submittals J 01.33.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 C. The specified product is not acceptable to authorities having jurisdiction. D. There is substantial advantage to the Owner in terms of cost, time, or value with the use of the substitute product. 5.3 The Architect shall be the sole judge of whether a proposed substitution is comparable to the product specified and meets the requirements specified. 6.0 REQUESTS FOR PAYMENT 6.1 Submit 4 originals of each request for payment on AIA G705 form. Provide complete documentation to substantiate requests. 6.2 Before the first request for payment can be approved, the following items, some of which are stipulated in other Sections, must be submitted: A. Schedule of Values. B. Estimated Payment Schedule. C. Project Schedule. D. List of Contractor's key project personnel. E. Contractor's Certificate of Insurance. F. Performance and Payment Bonds. END OF SECTION Submittals 01.33.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 01.41.00 REGULATORY REQUIREMENTS 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 GENERAL REGULATORY REQUIREMENTS 2.1 All Work shall comply with all codes, standards, and requirements of all federal, state, and local authorities having jurisdiction over this Project. The Contractor shall be responsible for providing evidence of compliance when required to do so. 2.2 When a specific code or standard is referenced in the Contract Documents, the Contractor shall be responsible for understanding general and specific requirements of that code or standard. Except as specified otherwise, comply with current industry standards in effect as of the date of the Owner/Contractor Agreement. The Contractor shall verify that materials and workmanship used meets or exceeds the requirements of the code or standard referenced by the Contract Documents. 2.3 When a discrepancy exists between an applicable code or standard and the requirements of the Contract Documents, the more restrictive requirement or higher quality material or workmanship is required. END OF SECTION Regulatory Requirements 01.41.00 - 1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 01.50.00 TEMPORARY FACILITIES 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 WEATHER PROTECTION 2.1 The Contractor shall provide temporary enclosures and heat to permit work to be carried on during the months of November through March. These specifications are not to be construed as requiring enclosures or heat for operations that are not economically feasible in the opinion of the Owner. Without limitation this includes such items as excavation, pile driving, steel erection, erection of certain exterior wall panels, roofing, and similar operations. 2.2 "Weather Protection" means the temporary protection of that Work adversely affected by moisture, wind, and cold by covering, enclosing, and/or heating. This protection shall provide adequate working areas during the months of November through March as determined by the Owner and consistent with the construction schedule to permit the continuous progress of all Work necessary to maintain an orderly and efficient sequence of construction operations. The Contractor shall furnish and install "Weather Protection" material and be responsible for all costs, including heating required to maintain a minimum of 40° F at the working surface. This provision does not supersede any specific requirements for methods of construction, curing of materials, or the applicable conditions set forth in the Contract Articles with added regard to performance obligations of the Contractor. 2.3 The Contractor shall assume the entire responsibility for weather protection during construction (until Substantial Completion), and shall be liable for any damage to any Work caused by failure to supply proper weather protection and proper ventilation. 2.4 It is to be specifically understood that the Contractor shall do no work under any conditions deemed unsuitable by the Contractor to the perfect execution of the Work. This provision shall not constitute any waiver, release, or lessening of the Contractor's obligation to bring the Work to Substantial Completion within the period of time set forth in the Contract Documents. 3.0 TEMPORARY TELEPHONE: Contractor shall provide telephone services for use by the Contractor's personnel. The Contractor shall pay for the cost for installation and removal of temporary telephone service. Owner's telephones shall not be used. 4.0 TEMPORARY TOILETS 4.1 The Contractor shall provide and service an adequate number of toilet booths with chemical type toilets. 4.2 The toilets shall be erected in a location approved by the Architect and shall be maintained by the Contractor in a clean and orderly condition in compliance with all local and state health requirements. 4.3 Use of public toilets in the existing facility is not allowed. Temporary Facilities 01.50.00-1 Stevens Estate Window Replacement Kang Associates, Inc. 1 North Andover, MA September 19, 2012 ` J 5.0 TEMPORARY UTILITIES: The Contractor may use electricity and water available at the site. Contractor shall provide proper adapters, extension cords, hoses, etc. for connection to the gymnasium facility. All temporary electrical work shall be in conformance with codes and requirements of the power company. 6.0 TEMPORARY HEAT 6.1 The Contractor shall provide minimum temperatures as specified for storage of materials and for construction activities. 6.2 The Contractor shall pay the costs of all fuel and electricity required for temporary heating until Substantial Completion. 6.3 Installation of weather protection and heating devices shall comply with all safety regulations including provisions for adequate ventilation and fire protection devices. 6.4 Unit heaters, if used, shall be of the smokeless type and be installed and operated in such a way that finished work will not be damaged. "Salamanders" shall not be used. 7.0 TEMPORARY CONSTRUCTION FENCE: The Contractor shall be responsible for providing and maintaining temporary fencing or barricades around the construction as may be necessary to assure the safety of all persons authorized or unauthorized. Such protective measures shall be located and constructed as required by local, state, and federal ordinances, laws, codes, or regulations. 8.0 TEMPORARY STRUCTURES AND MATERIAL HANDLING 8.1 The Contractor shall provide such storage sheds, temporary buildings, or trailers as required for the performance of the Contract. Subcontractors shall provide their own temporary buildings and trailers. 8.2 Materials shall be handled, stored, installed, cleaned, and protected in accordance with the best practice in the industry and, except where otherwise specified in the Contract Documents, in accordance with manufacturer's specifications and directions. 9.0 TEMPORARY STAGING, STAIRS, CHUTES 9.1 The Contractor shall furnish, install, maintain in safe condition, and remove all scaffolds, staging, and planking as required for the use of all trades for proper execution of the Work. 9.2 The Contractor shall furnish, install, maintain, and remove covered chutes from upper floors. Such shall be in convenient locations and permit disposal of rubbish directly into trucks or disposal units. Debris shall not be allowed to fall freely from upper levels of the building. 10.0 HOISTING FACILITIES: The Contractor shall provide, operate, and remove material hoists, cranes, and other hoisting as required for the performance of the Work by all trades. END OF SECTION Temporary Facilities 01.50.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 01.77.00 CONTRACT CLOSEOUT 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 SUBSTANTIAL COMPLETION 2.1 The Project shall be considered in Substantial Completion when there is less than one percent of the Contract remaining to be completed. The following items must be completed before the Architect makes his inspection for Substantial Completion. A. Submission of Contractor's Punch List of incomplete items. B. Submission of all warranties and similar documents. C. Submission of Record Documents. D. Submission of Maintenance Manual. E. Replacement of all broken glass and repair of damaged items (existing and new) and finishes. F. Delivery of maintenance stocks of materials where specified. G. Clean-up of work. 3.0 CONTRACTOR'S PUNCH LIST 3.1 Prior to requesting Substantial Completion, the Contractor shall make a thorough inspection of the Work. During this inspection the Contractor shall prepare a comprehensive list of all items remaining to be completed or corrected. This list shall include all remaining Contractor items to be provided under the Contract Documents. After reviewing the Contractor's list, the Architect may amend the list with additional items that are not acceptable or incomplete. 3.2 The Contractor shall not be relieved of the responsibility to provide Contract items left off of the punch list. 4.0 RECORD DRAWINGS 4.1 Consult the individual sections of the Specifications for the specific requirements of those sections. In cases of inconsistency the more stringent requirement, as directed by the Architect, shall be required. 4.2 From the sets of Contract Drawings furnished by the Owner, the Contractor shall reserve one set for record purposes. 4.3 The Contractor and the above Subcontractors shall keep their marked up As -Built set on the site at all times and note on it in colored ink or pencil, neatly and accurately, at the end of each working day, the exact location of their work as actually installed. This shall include the Contract Closeout 01.77.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 location and dimensions of underground and concealed Work, and any variations from the Contract Drawings. All changes, including those issued by Addendum, Change Order, or instructions by the Architect shall be recorded. 4.4 The Architect may periodically inspect the marked up As -Built drawings at the site. The proper and current maintenance of the information required on these drawings shall be a condition precedent to approval of the monthly applications for payment. 4.5 At Substantial Completion the Contractor shall submit the complete set of marked up As -Built drawings to the Architect. 4.6 Submission of accurate marked up As -Built drawings and their approval by the Architect shall be a condition precedent to final payment. 5.0 OPERATING AND MAINTENANCE INSTRUCTIONS 5.1 Consult the individual sections of the specifications for the specific requirements for those sections and for further details and descriptions of the requirements 5.2 Prior to final payment and completion the Contractor shall provide all Operating Manuals and Maintenance Instructions as required by the Contract Documents. 5.3 OPERATING INSTRUCTIONS AND MANUALS A. Installers, and suppliers shall furnish to the Contractor two sets of operating and maintenance instructions of all manually operated equipment furnished and installed by them. B. The Contractor shall collect all of the above instructions, bind them into two complete sets, and submit them to the Architect who will deliver them to the Owner. C. Submission of operating and maintenance instructions shall be a condition precedent to final payment. 6.0 FINAL CLEANING 6.1 Prior to submitting a request to the Architect to certify Substantial Completion of the Work, the Contractor shall inspect all interior and exterior spaces and verify that all waste materials, rubbish, tools, equipment, machinery, and surplus materials have been removed, and that all sight -exposed surfaces are clean. Leave the Project clean and ready for occupancy. Cleaning shall include all surfaces, interior and exterior, which the Contractor has had access to. Employ experienced workmen or professional cleaners for final cleaning. Unless otherwise specified under other sections of the Specifications, the Contractor shall perform final cleaning operations as herein specified prior to final inspection. A. All broken or defective glass caused by the Contractor's Work shall be replaced at the expense of the Contractor. Clean and polish all new and existing glass and plastic glazing (if any) in construction area, on both sides. Clean plastic glazing in accordance with the manufacturer's directions. This cleaning shall be completed by qualified window cleaners at the expense of the Contractor just prior to acceptance of the Work. Contract Closeout 01.77.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 B. Repair, patch, and touch up marred surfaces to the specified finish, to match adjacent surfaces. C. Remove grease, mastic, adhesive, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight -exposed interior and exterior surfaces. This includes cleaning of the Work of all finishing trades where needed, whether or not cleaning by such trades is included in their respective specifications. D. In cleaning items with manufacturer's finish or items previously finished by a Subcontractor, care shall be taken not to damage such manufacturer's or Subcontractor's finish. In cleaning glass and finish surfaces, care shall be taken not to use detergents or other cleaning agents which may stain adjoining finish surfaces. Any damage to finishes caused by cleaning operations shall be repaired at the Contractor's expense. Polish glossy surfaces to a clear shine. E. Leave all architectural metals, hardware, and fixtures in undamaged, polished conditions. F. Leave pipe and duct spaces, plenums, furred spaces and the like clean of debris and decayable materials. G. Broom clean exposed concrete surfaces and paved surfaces. Rake clean other surfaces of grounds. 6.2 Use only cleaning materials recommended by the manufacturer of the surface to be cleaned. Use cleaning materials which will not create a hazard to health or property and which will not damage surfaces. 7.0 FINAL ACCEPTANCE 7.1 OCCUPANCY PERMIT: The Contractor shall coordinate the efforts of all Subcontractors and obtain the Occupancy Permit from the local Building Department. The Owner shall pay any Building Department fee associated with the Occupancy Permit. 7.2 FINAL PAYMENT shall be made only upon the completion of the following items: A. Requirements for Substantial Completion and satisfactory inspection by the Architect. B. Submission of a certified copy of the final Punch List verifying that the Contractor has completed all items on the List. C. Final cleaning of the premises. 7.3 FINAL CLEANING: The premises shall be restored to pre-existing conditions. All areas shall be clean and free from dirt, dust, and debris. END OF SECTION AND DIVISION 01 Contract Closeout 01.77.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 DIVISION 02 - EXISTING CONDITIONS SECTION 02.01.00 EXISTING CONDITIONS 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 HISTORICAL BUILDING: The existing building is listed on the National Register. A major intent of all restoration and repair Work is to eliminate any distinction between new and existing to remain. 3.0 HAZARDOUS MATERIALS REPORT: Inspections and testing of asbestos and lead containing materials have been conducted and the results are appended to this Section. The Architect and Owner assume no responsibility nor make any claim regarding the reliability or accuracy of the information provided. END OF SECTION Existing Conditions 02.01.00-1 R.I.NALYTI AL �`���i (+ 3�1.:i �..":�i iI'1 �ni=f :"T:�i'l�-"i:'�w i�3 X:.J I.: i'V !ir?°n'.✓J April 30, 2012 Kang Associates, Inc. Attn: Ms. Kaffee Kang 339 Boston Post Road Sudbury, MA 01776 Re: Asbestos and Lead Survey of the Steven's Estate Dear Ms. Kang On April 25, 2012, R.I. Analytical Laboratories (RIAL) conducted a limited hazardous material inspection of the Stevens Estate Main House located in N. Andover, MA. The goal of this survey was to identify and assess potential hazards associated with the renovation or demolition of the aforementioned building. During the course of the inspection RIAL collected lead samples from painted surfaces of boiler room areas and exterior windows, as well as samples of suspect asbestos containing building materials. RIAL's inspection was limited to bathroom areas, exterior windows and boiler room. RIAL collected a total of twenty-seven (25) suspect asbestos bulk samples and six (6) paint chip samples to be analyzed for lead content. ASBESTOS REPORT Introduction: Outlined on the following pages you will find a summary of the suspect asbestos -containing materials observed by RIAL personnel during the survey. The purpose of this survey was to evaluate and identify accessible asbestos -containing materials (ACM). The inspection included a visual inspection of the buildings for suspect accessible ACM, locations of ACM, touching all suspected accessible ACM to determine its condition and friability, identifying all homogeneous accessible ACM, collecting bulk material samples of suspect accessible ACM within the buildings, and outlining any remedial action. Suspect asbestos containing building materials considered during this survey included; thermal systems insulation (TSI), surfacing, and miscellaneous materials. //2 §E� _0k k 2 �c CU E2E \°2 ® E $ ®£ CO E I Cc _r_ § ) ') .o) ƒ u 0 E @ E m E k 0- 0 co c : Q / 0k ° e f ƒ0 ■� £ m U) .D2� �% cEr §k X22 @« �0 >2 § o 0 m0 0 2 E. 0 U) _ � k � Q � §££ Om § •§ � g F •_ / Co � » tic ƒof 0 <f c Vit$ 0 lE02 CL (n cn 0 0 r % ) 2 [22 0 o .c _ p -Lo- k �\} � w E / 0 '2 0 . 6- M 3 S \ \ 2 $ N . N q ca m M cu G .A 'AU E / ■ CV LO> / \\ O0 � k k / ® o 0 � ■ .. o 0 E : \ k %0 hd § o � � 0 . . ¢ .. : _ M �E.k. .. � S c cc ¢ m\ \E 2 0 k \ / @ p : \°2 .0 \\� / . � E 4.0 U)E\ co /� ? 2 m /^ c r u 6. o ' c o. 0 y o C:o = ■ �� m L. . : v S. ^ o 2/ k» d § ■.- -j J3 F- w.0 3 m , 2 m CY) 0 \D\ 0co gE k 2. 2 E / � k — c c 2 E 0 § CL 2 f U) 0 75 c D �k cu � � k 0 .0 S 2 3 S o � M > cu O) N Z F O O 2 I cu m O O LL 0 (Ncu N m F- u) L O LL rn c 0 rnU) Q) > w co 0) O Z Q Z 0 O LL C O U O 0 m m N N 4 0 Q) V 3 0 FD N (0 d • IZI t- o o O O 4 - (II N O 0 N O 0 t m O O LL N O O LL rn x 0) O O m m a 0 d a) N O cc 0 U LO m c m Q) Q CU a `m O O c Q.. cII Q ca i LO O Recommendations for Asbestos Control: Limited samples were collected from bathroom flooring. Samples were only collected in areas where flooring was already damaged and inconspicuous samples could be extracted. There is the potential for TSI to be present behind wet walls in bathroom areas. Plaster collected from 1 Sc and second floor closet spaces should rule out the presence of asbestos containing plaster in bathroom areas. Window caulking has been determined to be asbestos containing. This caulk is grey in color and is located on the exterior side around the frame of the windows. In addition trace and less than 1% asbestos content was identified in window glazing samples. It is RI Analytical's recommendation that this material be treated as asbestos containing materials for the purposes of renovation. All asbestos containing waste materials must be properly containerized and disposed of in accordance with 310 CMR 7.00, 310 CMR 19.00, the EPA National Emission Standard for Asbestos (NESHAP) as contained in 40 CFR Part 61 subpart M, and other applicable state and federal standards. LEAD REPORT Introduction: It should be noted that for lead paint to be considered "lead free" as by the MA Regulations, the concentration must be below 600 ppm. Adherence to OSHA Lead Regulations, as well as all State and Federal regulations pertaining to abatement and/or construction is required. In regards to the OSHA regulations, which apply to the workers who may impact the lead material, the following apply: OSHA does not give a quantity definition for lead based paint but measures the hazards based upon a permissible exposure limit in the air of 50 pg/m3 over an eight hour exposure no matter what level of lead is determined to be in the paint. In order for a contractor to work on this material and comply with the OSHA regulations, he/she must prove, with air sampling data, that removal of painted materials containing lead will not expose his/her employees to levels of lead prohibited by the regulations. Compliance with this standard will also insure that all employees will not be exposed to elevated levels of lead while this work is conducted. OSHA regulations regarding de-leaded materials require medical surveillance of the workers that shall be impacting the material, respiratory protection and daily personal monitoring to establish a history of the workers and their potential exposure. Disposal: All components that have tested positive for lead material must be properly removed and containerized. Prior to disposal a Toxicity Characteristic Leaching Procedure (TCLP) must be conducted per waste load to ensure that the lead in each waste load is below 5.0 mg/L (40 CFR 261.24). If the waste load is below 5.0 mg/L than the waste load may be considered general construction debris, assuming no other hazards exist. Should the TCLP be above 5.0 mg/L, the entire content must be treated as hazardous and disposed of accordingly. Results of Inspection: The information within this report describes general information regarding the lead content of various painted materials associated with the building. The chart that follows represents a summary of descriptions of samples collected during this survey and their lead content. Stevens Estate -N. Andover, MA Sample ID Description % Lead Parts Per Million 01 Black Paint on Ceiling in Boiler Room 0.016 160 02 Basement Halls White Paint 27.4 274,000 03 Green Paint on Window Trim 21.2 212,000 04 White Wall Paint in Boiler Room 0.012 120 05 Green Paint on Exterior window Trim 35.4 354,000 06 Trim on Basement Windows 16 160,000 Recommendations for Lead Control: Contractors performing work within the building should be made aware of the potential lead hazard so that appropriate steps can be made to limit exposure. Under applicable OSHA regulations, if any proposed development plan involves disturbing lead -containing paint (sanding, welding, scraping, grinding, etc.) in a way to create fine mists, fumes, or fine particulate aerosols which could be inhaled or ingested by site workers, the proposed construction plans should be reviewed by a qualified individual to evaluate compliance to OSHA Lead in Construction Standard: 29 CFR 1926.62 for Lead, state, and local regulations. As previously stated, TCLP sampling must be performed on all waste loads containing painted materials prior to disposal. MISCELLANEOUS HAZARDOUS MATERIALS REPORT Introduction: During the inspection RIAL took note of potentially hazardous accessible miscellaneous materials. If renovations of the property include the removal and disposal of any hazardous materials identified during the building inspection or found otherwise, said materials should be removed in accordance with all state, local, and federal regulations. It is important that all appropriate precautions are taken during the handling and disposal of hazardous materials. Workers handling a hazardous should be educated on the particular hazards which are associated with the material. Results of Inspection: Outlined on the below you will find an inventory of different types of hazardous miscellaneous materials observed during the inspection of the building and not otherwise identified within this report. RIAL made every effort to identify hazardous materials which may be found within the building in plain sight. The miscellaneous hazardous material inspection did not include the identification of any under ground storage tanks or hidden items which may be present on the property or within the structure. Hazardous Materials Invento Description Hazardous Material Estimated Quantity Fluorescent Light Bulbs Mercury 8 Florescent Light Ballasts Di-octyl-phthalate/PCB Oil 4 Thermostat on Furnace Mercury 1 Oil and lubricants in pumps PCB Oil —3 Gallons Recommendations for Hazardous Material Control: If demolition or renovation requires the removal of hazardous materials or items containing hazardous materials; proper steps to containerize and dispose of the materials should be taken. At all times methods that minimize prevent and deter any contamination of the facility its air and its grounds should be used. Each hazard should be treated separately and containerized in the appropriate DOT approved vessel. All materials, whether hazardous or non -hazardous, should be disposed of in accordance with all laws and the provisions of this section and any or all -applicable federal, state, county, or local regulations and guidelines. It is important to ensure compliance with all laws and regulations relating to this disposal. The requirements of the Resource Conservation and Recovery Act (RCRA) must be complied with, as well as any or all other applicable federal, state, county, or local waste requirements. The following may be applicable State and Federal regulations associated with the materials identified within this report: 1 _ Occupational Safety and Health Administration a. 29 CFR 1910: General Industry Standards b. 29 CFR 1910.20- Access to Employee Exposure and Medical Records C. 29 CFR 1910.134: Respiratory Protection d. 29 CFR 1910.1200: Hazard Communication e. 29 CFR 1926: Construction Industry Standards f. 29 CFR 1910.145- Specifications for Accident Prevention Signs and Tags g. 29 CFR 1926.55- Gases, Vapors, Fumes, Dusts and Mists h. 29 CFR 1926.200 -Signs, Signals and Barricades 2. Environmental Protection Agency a. 40 CFR 61 Subpart A -General Provisions b. 49 CFR Parts 100 -200 C. 40 CFR 61.152 -Standard for Waste Manufacturing Demolition, Renovation, Spraying, and Fabricating Operations. d. 40 CFR 261 and 262- Waste Disposal Facilities and Practices e. 40 CFR Part 763- Worker Protection Rule 3. Department of Transportation a. 49 CFR Parts 100- 200. Transportation of Hazardous Materials All regulations by the above and other governing agencies in their most current version are applicable throughout this project. Where there is a conflict between this Specification and the cited federal, state or local regulations or guidelines, the more restrictive or stringent requirements shall prevail. This section refers to many requirements found in these references, but in no way is it intended to cite or reiterate all provisions therein or elsewhere. Limitations: All observations documented in this report were made under the conditions existing at the time of this investigation. Limiting factors include occupancy, accessibility, visibility, discrete sampling methods, scope of work, and safety. Sampling was not performed on building components that would impact structural, mechanical, or electrical systems. RIAL's inspection did not include digging below grade along the exterior to determine the presence of asbestos containing materials such as pipe insulation, transite conduit, or foundation damp proofing. All efforts were made to identify all hidden and concealed suspect asbestos containing and additional hazardous materials. It is the contractor's responsibility to verify all quantities. RIAL cannot be held responsible for the identification of ACBM and additional hazardous materials, which may be enclosed behind inaccessible locations. This evaluation does not document compliance by present or past site owners with federal, state, or local laws and regulations, nor does it claim or imply that all asbestos containing materials past, present, potential, or otherwise, have been detected at the referenced site. All observations documented in this report were made under the occupied conditions existing at the time of this investigation. Should changes from existing conditions occur, they should be brought to the attention of RIAL. Please note that there is a potential for the presence of additional materials not identified in this report that may be concealed. R.I. Analytical Laboratories, Inc. Exposur essm & Management Division i Joseph M. Lepore EAM Project Manager Estimated Abatement Cost for Stevens Estate Material Quantity Unit Price Total Price Windows 93 Units 150/Unit $13,950 ...__._ 5001f .. _.. 15/sf Floor Tile_ 150sf _.. $300 Tank and Boiler Insulation _ 320sf, _2/sf T 25/sf $8,000 Total Estimated Price $32,725 Plus 10% Contingence Attachment #1 Asbestos Bulk Results R.I. ANALYTICAL Specialists in Environmental Services R.I. Analytical (EAM Division) Attn: Mr. Joseph Lepore 41 Illinois Avenue Warwick, RI 02888 CERTIFICATE OF ANALYSIS Page 1 of 6 Date Received: 4/25/2012 Date Reported: 4/26/2012 Work Order #: 1204-08171 Site Location: PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA Enclosed please find your sample(s) analysis results for asbestos content. The six asbestos types include amosite, chrysotile, crocidolite, anthophyllite, tremolite, and actinolite. METHODOLOGY: Polarized Light Microscopy (PLM) as suggested by EPA/600/R-93/116, July 1993 edition. If the samples are found to be inhomogeneous, individual components will be analyzed separately. If individual components cannot be separated, the samples will be homogenized and a single result will be provided for the entire sample. Sample results pertain only to items tested. The report must not be reproduced except in full with permission of R.I. Analytical. Samples submitted for analysis will be retained for three months for your future reference. Our laboratory maintains NVLAP accreditation for bulk asbestos fiber analysis NVLAP lab code 101440-0. This report must not be used to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. If you have any questions regarding this report, or if we may be of further assistance, please contact us. Approved by: G Data Reporting 41 Illinois Avenue, Warwick, RI 02888 131 Coolidge Street, Suite 105, Hudson, MA 01749 Phone: 401.737.8500 Fax: 401.738.1970 105N Phone: 978.568.0041 Fax: 978.568.0078 Page 2 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location:PROJECT # 120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 001 01: BOILER INS. PLM Fiber Analysis Asbestos POSITNE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 002 02A: TSI PLM Fiber Analysis Asbestos POSITNE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN' Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 003 0213: TSI PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 004 03: TANK INS. PLM Fiber Analysis Asbestos POSITNE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 005 04: BLACK COATING ON CEILING PLM Fiber Analysis Asbestos NEGATINE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Black 4/26/2012 EDN ` �i Page 3 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location: PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS ! UNITS ANALYZED ANALYST 006 05: CEILING PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 007 06: INS. NEW FURNACE PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Glass Fiber 100 % 4/26/2012 EDN Sample Color Yellow 4/26/2012 EDN 008 07: WALL PLASTER BASEMENT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 009 08A: WALL PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 010 08B: WALL PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN Page 4 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location:PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA TEM RECOMMENDED ! J METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 011 08C: WALL PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 012 09: FT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Red 4/26/2012 EDN 013 10: MASTIC PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Yellow 4/26/2012 EDN 014 11A: WINDOW GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 015 11B: GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Chrysotile <1 % 4/26/2012 EDN Non-fibrous >99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN TEM RECOMMENDED ! J Page 5 of 6 R.T. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I_ Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location: PROJECT 4120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 016 11C: GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Chrysotile <1 % 4/26/2012 EDN Non-fibrous >99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN TEM RECOMMENDED 017 12A: GREY WINDOW CAULK PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 018 1213: GREY WINDOW CAULK PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 019 12C: GREY WINDOW CAULK PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Chrysotile <1 % 4/26/2012 EDN Non-fibrous >99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN TEM RECOMMENDED 020 13A: 9X9 BROWN FT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Brown 4/26/2012 EDN Page 6 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I_ Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location: PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 021 13B: 9X9 BROWN FT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Brown 4/26/2012 EDN 022 14: FT 12X12 ORANGE PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 5-15 % 4/26/2012 EDN Non-fibrous 85-95 % 4/26/2012 EDN Sample Color Orange 4/26/2012 EDN 023 15: TAR PAPER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Black 4/26/2012 EDN 024 16: BASEMENT WINDOW GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 025 17: BASEMENT WINDOW CAULK PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN Project # 120282 Stevens Estate Main House N. Andover, MA Attachment #2 Lead Results R.I. ANALYTICAL Specialists in Environmental Services CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Attn: Mr. Joseph Lepore 41 Illinois Avenue Warwick, RI 02888 DESCRIPTION: PROJECT #120282 STEVENS ESTATE Page 1 of 3 Date Received: 4/25/12 Date Reported: 4/27/12 P.O. #: 120282 Work Order #: 1204-08170 Subject sample(s) has/have been analyzed by our Warwick, R.I. laboratory with the attached results. Reference: All parameters were analyzed by U.S. EPA approved methodologies. The specific methodologies are listed in the methods column of the Certificate Of Analysis. Data qualifiers (if present) are explained in full at the end of a given sample's analytical results. The Certificate of Analytsis shall not be reproduced except in full, without written approval of R.I. Analytical. Results relate only to samples submitted to the laboratory for analysis. Test results are not blank corrected. Certif cation #: RI -033, MA-RI015, CT -PH -0508, ME-RI015 NH -253700 A & B, USDA S-41844 This Certificate represents all data associated with the referenced work order and is paginated for completeness. The complete Certificate includes one attachment; the original Chain of Custody. If you have any questions regarding this work, or if we may be of further assistance, please contact our customer service department. Approved by: "a haron 91ker MIS / Data Reporting Manager enc: Chain of Custody 41 Illinois Avenue, Warwick, RI 02888 19 131 Coolidge Street, Suite 105, Hudson, MA 01749 Phone: 401.737.8500 Fax: 401.738.1970 Phone: 978.568.0041 Fax: 978.568.0078 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/12 WOrk Order 4: 1204-08170 PROJECT #120282 STEVENS ESTATE Sample # 001 SAMPLE DESCRIPTION: BLACK ON CEILING SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. PARAMETER RESULTS LIMIT UNITS METHOD Total Metals Analyzed by ICP Lead 0.016 0.002 % SW -846 6010 Sample # 002 SAMPLE DESCRIPTION: BASEMENT HALLS WHITE SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. PARAMETER RESULTS LIMIT UNITS METHOD Total Metals Analyzed by ICP Lead 27.4 0.1 % SW -846 6010 Sample # 003 SAMPLE DESCRIPTION: GREEN PAINT TRIM SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. PARAMETER RESULTS LIMIT UNITS METHOD Total Metals Analyzed by ICP Lead 21.2 0.2 % SW -846 6010 Sample # 004 SAMPLE DESCRIPTION: W WALLS BR SAMPLE TYPE: GRAB SAMPLE DATE/TIME 4/25/2012 Page 2 of 3 DATE ANALYZED ANALYST 4/27/12 JEH DATE ANALYZED ANAL` 4/27/12 JEH DATE ANALYZED ANALYST 4/27/12 JEH SAMPLE DET. DATE PARAMETER RESULTS LIMIT UNITS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 0.012 0.002 % SW -846 6010 4/27/12 JEH Page 3 of') R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/12 Work Order #: 1204-08170 PROJECT #120282 STEVENS ESTATE Sample # 005 SAMPLE DESCRIPTION: GREEN PAINT EXTERIOR TRIM WINDOWS SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. DATE PARAMETER RESULTS LIMIT UNITS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 35.4 0.4 % SW -846 6010 4/27/12 JEH Sample # 006 SAMPLE DESCRIPTION: BASEMENT WINDOW SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. DATE PARAMETER RESULTS LIMIT UNITS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 16.0 0.2 % SW -846 6010 4/27/12 JEH Project #! 120282 Stevens Estate Attachment #3 Drawings > ;7- tz i So 0 62 D- < -)0 C2 > 0 < Q a- u <'<<'pU�UO L) woLGO 0Z 10 (L 'o - ---------- 00 Gu u Up�0 > o >J l a<- d CD it O LL - ... ......... ...... . ..I., . ..... ....... . . .... . . . ......... .............. - . .. ..... . ........... . . . ......... I ............ ... .. 0 . ......... ......... . .... ..... ..... .. . ........ - - - --- . . . ......... . ........... Zd .......... ..................... ... .......... .... ---- — -------- . ..... .... ... . ........... If ........ ........ ... .. ... .......... . . . ... . .... J., .......... O cz u z.. ......... ......... . .............. .......... . ... . . . . ....... R/ ... . ....... al In ... ....... ...... .. . ... .............. ............... w. ........ .. . . ............... .... ... ....... . ................. ........ . ..... .... . .... .. n -I . ....... . .... .. . ... ... ... . .... ... .... .. ... ............ ............ .............. . . . .......... ... .. . .. ... ....... ..... .... .. .... . . .. . . ... .... OZ u < O < --- - - ------ . ... ..... .. . . ....... . CZ D UF, n r of Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 SECTION 02.41.19 SELECTIVE DEMOLITION 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to selectively demolish existing construction as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Demolition and removal of existing wood window sashes. 2. Demolition and removal of stops and exterior jamb extenders on window frames. 3. Demolition and removal of existing aluminum storm sash. 4. Demolition of exterior frame extenders at bowed windows. 5. Demolition and removal of selected existing screen doors. 6. Demolition and removal of selected exterior window trims and moldings. 7. Safe and legal disposal of all demolished materials, except those to be salvaged. 8. Cleaning of spaces and surfaces after demolition. C. Intent: The intent of the demolition Work is to safely remove and properly dispose of all existing construction, both expressly shown and not expressly shown on the Drawings, as required to complete new construction. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Existing Conditions (Section 02.01.00). 2. Asbestos Remediation (Section 02.82.00). 3. Finish Carpentry (Section 06.20.00). 4. Wood Screen Doors (08.14.66). 5. Wood Windows (08.52.00). 1.4 SUBMITTALS A. Permits and Certificates Permits and notices authorizing building demolition. Certificates of severance of utility services. Permit of transport and legal disposal of debris. Selective Demolition 02.41.19-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 B. Schedule: Submit proposed methods and schedule of demolition prior to the start of Work. Include the coordination for shut-off, capping, and continuation of utility services as required. 1.5 EXISTING CONDITIONS A. Existing Structure: The Owner and Architect assume no responsibility nor make any claim regarding the condition or structural adequacy of existing construction to be demolished. B. Existing Uses: The Contractor shall take care to avoid generating dust and noise that impact nearby properties and generally creating a nuisance. C. Hazardous Materials: All existing exterior paint is assumed to contain lead. Refer to Existing Conditions (Section 02.01.00) and Asbestos and Lead Survey of the Steven's Estate. Demolition of items with lead paint shall be performed as part of the Work of this Section. Take all necessary precautions to ensure the safety of all persons engaged in removing lead-based paint and dispose of all residues generated from lead-based paint stripping in a legal manner in accordance with all local, state, and federal codes and guidelines. Carefully follow the guidelines, procedures, and recommendations as described in the Asbestos and Lead Survey of the Steven's Estate as appended to Existing Conditions (Section 02.01.00). 1.6 PROJECT CONDITIONS A. Public Safety: Ensure the safe passage of persons and traffic on and around the Project J' site, the Owner's property, adjacent properties, and public ways. B. Explosives: Do not bring explosives to the site or use explosives. C. Damages: Report all damages immediately. Promptly repair damages caused by demolition operations at no cost to the Owner. 2.0 PART 2: PRODUCTS 2.1 PROTECTIONS: Provide miscellaneous protections including, but not limited to dust barriers, plywood panels, and moisture barriers. 2.2 SHORING: Provide temporary shoring and bracing of adequate size and proper configuration to maintain the integrity of existing building. 3.0 PART 3: EXECUTION 3.1 INSPECTION: Inspect and verify all existing conditions before beginning Work. 3.2 PROTECTION A. Ensure safety of persons and property at all times. Provide temporary shoring and bracing as required. Protect openings. Maintain weathertightness. B. Protect against damage to existing construction to remain. Selective Demolition 02.41.19-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 C. Ensure egress routes are clear at all times. If existing egress routes are disrupted, submit alternative plans for egress for approval by local building inspector, the Owner, and the Architect. 3.3 DEMOLITION A. General Demolish all existing construction designated to be demolished or removed and remove from site, unless material is noted to be salvaged. Demolish and remove all existing construction required for the proper completion of new work, not expressly indicated on the Drawings. Identify and remove all construction which is unsuitable for re -use. Notify the Architect and obtain approval before removing construction which is not indicated on the Drawings. Use demolition methods within the limitations of governing regulations. 4. Use demolition methods which will ensure existing construction to remain is not damaged. Use saws and drills to ensure neat, accurately formed joints and holes. Remove all debris from site and dispose of legally. Ensure structure and construction is adequately and properly shored and supported before, during, and after demolition. B. Pollution Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. C. Interior Construction: Remove existing screen doors and frames, window sashes, window trims, and other exterior construction using methods and tools which will minimize the amount of patching of walls and floors to remain. D. Lead Containing Items: Assume all paint contains hazardous levels of lead until test results show otherwise. Remove all paint scrapings and painted materials in strict compliance with OSHA and all applicable environmental regulations governing lead removal. Demolished painted metal items exhibiting no flaking or scaling paint shall be recycled in the metal salvage market. Paint scrapings and painted non-metal items shall be tested for EP toxicity in accordance with 310 CMR 30. Materials found to exceed the allowable toxicity limit of 5.0 milligrams/liter shall be disposed of as hazardous waste in strict compliance with 310 CMR 30 and U.S. Department of Transportation regulations 49CFR Parts 170 through 179 inclusive. 3.4 SALVAGED ITEMS: Remove, clean, and store existing window sashes with muntins, as selected and directed by the Owner. 3.5 CLEANING AND PROTECTION: Remove protections and clean surfaces exhibiting dust and dirt from demolition activities. I_��I_�Z�I�'i���L�P►1 Selective Demolition 02.41.19-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 Section 02.82.00 Asbestos Remediation PART 1 — GENERAL 1.00 ALL PERSONS ASSOCIATED WITH THE RENOVATION PROJECT A. Should be familiar with the hazardous material inspection found within this section. B. If additional suspect materials or non-homogenous materials are found during the course of this renovation project; the contractor will request from the architect that additional sampling be performed. If additional sampling is determined necessary, the architect will assign a MA licensed asbestos inspector independent of the contractor to sample and assess the new material(s). Samples shall only be collected by the selected representative of the architect. 1.01 BID REQUIREMENTS A. Submit bids in accordance with the provisions of the Massachusetts General Laws, and direction set forth within this Project Manual. The time and place of submission of bids is set forth in the INSTRUCTIONS TO BIDDERS. B. With the accepted bid, bid security is required in the form of a Payment Bond and Performance Bond directly to persons specified by the details preceding this document. C. The contractor is responsible for a 20% positive contingency of all denoted quantities. 1.02 SITE INVESTIGATION A. By submitting a bid the asbestos abatement contractor acknowledges that he has investigated and satisfied himself as to the following: The conditions affecting the work including but not limited to the physical conditions of the project site. 2. Handling and storage of tools and materials. 3. Access to water, electric, HEPA ventilation and exhaust and other variables that may affect performance of required activities. 4. The character and quantity of all surface and sub -surface materials or obstacles to be encountered. Any failure by the contractor to acquaint himself with available information will not relieve him from the responsibility of successfully performing the work. This includes any additional information disclosed at the walkthrough and/or meetings. B. The asbestos removal contractor shall be financially responsible for any additional samples that must be collected as a consequence of the contractor not attaining satisfactory clearance air quality levels (criteria set forth by the state and federal rules and regulations). The contractor shall also be responsible for the cost of extending the project monitor's time at the site due to erroneous completion times (visual inspections beyond the one final visual inspection). Asbestos Remediation 02.82.00-1 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 C. Plans, surveys, measurements, dimensions, calculations, estimates, and statements as to the conditions under which the work is to be performed are believed to be correct, but the contractor must examine for himself, as no allowance will be made for any errors or inaccuracies that may be found therein, and R.I. Analytical Laboratories, Inc., Kang and Associates, the building owner or their representatives does not guarantee that they are other than approximately correct. D. The abatement contractor will include as part of his price the removal and disposal of all asbestos containing material being abated. 1.03 DISCREPANCIES A. Should a Contractor find discrepancies in the plans and/or specifications, or should he/she be in doubt as to the meaning or intent of any part thereof, he must, request clarification from the owner within five (5) days of receiving said plans and specifications. The Contractor shall be held responsible for any additional asbestos materials that may be discovered during renovations and/or demolition of the site. 1.04 LICENSES AND QUALIFICATIONS A. All employees utilized for this project shall submit evidence of certification as asbestos abatement workers and having had the training in accordance with state, federal, and/or local regulations. B. The contractor shall submit licensing as a certified abatement contractor by the ` State of Massachusetts. The bidding contractor shall also submit all certifications of persons who would be performing the asbestos abatement activities. - J C. The contractor shall submit references of all similar type projects that have been performed by the asbestos abatement firm in the past two (2) years. The references shall include; contact names, telephone #'s, dates, and type of work completed. D. The owner or representative reserves the right to reject any asbestos abatement contractor who has had any serious violation and/or infraction regarding the regulations controlling asbestos abatement activities. E. It is the sole responsibility of the contractor to obtain any and all licensing/patent licensing from the state and/or private agencies/firms. The owners, building representative(s), and R.I. Analytical Laboratories, Inc. assume no responsibility for failure of the contractor to fulfill these requirements. Copies of those licensing/patent-licensing certificates shall accompany the asbestos abatement contractors' bid. ASBESTOS CONTAINING MATERIAL FOR REMOVAL Confirmed Materials: Type of ACM to be removed: Quantity Window Glazing 90 Windows Window Caulking 93 Windows Contractor is responsible for a 20% Positive contingency in quantity. J Asbestos Remediation 02.82.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 1.05 APPLICABLE STANDARDS AND GUIDELINES A. General Requirements 1. All work will be done in strict accordance with all applicable federal, state, and local regulations, standards and codes governing asbestos abatement and any other trade work done in conjunction with the abatement. The most recent addition of any relevant regulation, standard, document or code shall be in effect. Where conflict among requirements or these specifications exist, the most stringent requirements shall be utilized at no extra cost to the building owner, its representative, or RI Analytical Laboratories, Inc. Copies of this specification as well as those documents listed under section 1.06B shall be on the work site during the entire abatement project. If any materials not identified for removal in this specification become damaged during any phase of the abatement, it is the responsibility of the contractor to immediately notify the Building owner/representative and Project monitor. The owner shall not be held responsible for any additional asbestos materials impacted by the Contractor. B. Specific Requirements 1. The following documents shall be maintained on site easily accessible to the consultant, building owner(s), engineering firm, abatement employees, and regulatory personnel. a. 29 CFR 1926.1101: The Construction Industry Standard (as amended) b. 29 CFR 1910.1001: Asbestos Standard (as amended) c. 29 CFR 1910.134: Respirator Protection Standard d. 29 CFR 1910.145: Accident Prevention Standard e. 29 CFR 1910.38: Asbestos Abatement Projects f. 29 CFR 1910.22: Walking Working Surfaces g. 29 CFR 1910.28: Scaffolding h. 29 CFR 1910.157: Fire i. 29 CFR 1910.27: Ladders k. 40 CFR 763 Subpart G Final Rule I. 40 CFR 61 Subparts A, B, and M (NESHAPS) m. RI Analytical Laboratories, Inc. Specification n. Massachusetts Asbestos Regulations, 453 CMR most current addition. Asbestos Remediation 02.82.00-3 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 1.06 SUBMITTAL AND NOTICES ,J A. During the abatement activities, the abatement contractor shall: 1. Post in the clean room area of the worker decontamination enclosure a list containing the names, addresses and telephone numbers of the contractor, building Owner, the air sampling professional, Police Department, Fire Department, Hospital, the analytical laboratory, and any other personnel who may be required to assist during abatement activities. 2. The analytical data from the daily air compliance and personal air samples will be utilized to monitor work conditions and practices and ensure that the levels of airborne asbestos fibers do not exceed regulated limits. Any radical increases in area fiber concentrations will cause an immediate STOP WORK ORDER without repercussions to the building owner or the project monitor. The contractor will then be stopped while the project monitor inspects the integrity of the containment and work practices. The contractor may begin removal procedures when a written RESUME WORK ORDER has been given by the building representative(s). 3. The contractor will be responsible for the collection and analysis of personal air monitoring samples in accordance with all state and federal regulations. 4. When the contractor receives the analytical results for the personal air samples (within 3 days after collection), a copy shall be submitted to the project monitor. B. Workplace site safety and security: 1. It shall be the responsibility of the abatement contractor to maintain work/site security for the duration of the asbestos abatement activities. The contractor will have the owner's assistance in notifying building occupants of the impending asbestos abatement activities. 2. The asbestos abatement contractor will decide on entrances and exits from the work areas. The work area at that point shall be restricted only to authorized, trained, and protected personnel. These shall include the abatement contractor employees, building owner's representatives, federal, state, and local inspectors and any other designated individuals. A list of authorized personnel shall be established prior to the project beginning so that no confusion will arise. Asbestos danger signs shall be placed on all openings into the work area and in prominent places outside the work area. Additional asbestos danger signs may be mounted in visible areas as needed. Also, caution signs shall be placed in the vicinity of the project and at all outside entrances into the building to inform occupants of the asbestos removal project currently underway and its exact location. An exclusion zone of caution tape or some other visible barrier shall separate exterior work area. 5. The asbestos abatement contractor at the entrance to the work area shall maintain a logbook. All personnel entering the containment area shall be required to sign this logbook with time entering and exiting of the area. Entrance will be permitted only to those people properly trained and outfitted Asbestos Remediation 02.82.00-4 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 correctly. Entrance will also be allowed to any authorized building owner's representatives and inspectors from regulatory agencies if properly fitted with protective clothing and respirators. C. After Work Completion: upon completion of this project, the contractor shall submit the following documentation to the Building Owner/Representative: 1. Submit copies of all transport manifests, trip tickets, and disposal receipts for all asbestos waste materials removed from the work area during the abatement process in a timely fashion. 1.07 SCOPE OF WORK A. Asbestos -Containing Materials All exterior asbestos containing material included in the scope of work will be removed in compliance with the State of Massachusetts and Federal Regulations for the duration of the project. Window Glazing and Caulking: Windows The following information describes those asbestos -containing or assumed asbestos -containing building materials slated to be removed under these specifications. All asbestos containing materials included in the scope of work will be removed in compliance with all state, local and federal regulations. All workers must be utilizing appropriate PPE, which include disposable suits, respirators, and eye protection. Windows of various sizes were found to contain positive window glazing and caulking. Abatement procedures for the window glazing and caulking will be performed only from the exterior of the building with critical barriers to be placed on the interior of the building. Glazing located on the window sashes will be removed in their entirety from the window assembly. Caulking located around the outer frame of the window shall be removed from the frame and all residual caulk shall be scraped from the outer wall of the structure. PART 2 - PRODUCTS: MATERIALS AND EQUIPMENT 2.01 MATERIALS A. Deliver all materials in the original packages, containers, or bundles bearing the name of the manufacturer, and the brand name. B. Store all materials subject to damage off the ground, away from wet or damp surfaces, and under cover sufficient to prevent damage or contamination. C. Plastic (polyethylene) sheeting, of 6 -mil thickness or greater as specified, in sizes to minimize the frequency of joints. D. Tape - Capable of sealing joints of adjacent sheets of plastic sheets and for attachment of plastic sheet to finished or unfinished surfaces of dissimilar materials and capable of adhering under both dry and wet conditions, including use of amended water (Duct -tape typically serves this purpose satisfactorily). Spray -glue (Bonne -Bond R or equivalent) may be used in conjunction with tape. Asbestos Remediation 02.82.00-5 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 E. Surfactant (wetting agent) - shall consist of 50 percent polyoxyethylene ether and 50 percent polyoxyethylene polyglycol ester, or equivalent, and shall be mixed with water to provide a concentration of one ounce surfactant to five (5) gallons of water, or as directed by manufacturer. A removal encapsulant may be utilized in lieu of amended water during removal, but containerized waste must be saturated with water. F. Impermeable container - suitable to receive and retain any asbestos -containing or contaminated materials until disposal at an acceptable disposal site. (The containers shall be labeled in accordance with OSHA 29 CFR 1926.1101). G. Spray glue - suitable adhesive in aerosol cans, which is specifically formulated to stick tenaciously to sheet polyethylene. H. Disposal bags - Provide 6 mil thick leak -tight polyethylene bags labeled as required by Federal and local Regulations. Each is labeled as follows: 1. First Label CAUTION CONTAINS ASBESTOS FIBERS AVOID OPENING OR BREAKING CONTAINER BREATHING ASBESTOS IS HAZARDOUS TO YOUR HEALTH 2. Second Label: Provide in accordance with 29 CFR 1910.1200(f) of OSHA's Hazard Communication standard: DANGER CONTAINS ASBESTOS FIBERS AVOID CREATING DUST CANCER AND LUNG DISEASE 3. Third Label: Provide in accordance with U.S. Department of Transportation regulation on hazardous waste marking. 49 CFR parts 171 and 172. Hazardous Substances: Final Rule. Published November 21, 1986 and revised February 17, 1987: RQ HAZARDOUS SUBSTANCE SOLID, NOS, ORM-E, NA 9188 (ASBESTOS) 2.02 EQUIPMENT A. Provide all workers with personally issued and marked respiratory equipment approved by NIOSH. B. The contractor shall provide any persons entering the work area with respiratory equipment and/or protective clothing. C. Non -permitted respirators: Do not use single use, disposable or quarter face respirators. Asbestos Remediation 02.82.00-6 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 D. Full body disposable protective clothing, including head, body, and foot coverings consisting of material impenetrable by asbestos fibers (Tyvek or equivalent) shall be provided to all workers and authorized visitors in sizes adequate to accommodate movement without tearing. E. Non-skid footwear shall be provided to all abatement workers. Disposable clothing shall be adequately sealed to the footwear to prevent body contamination. A sufficient supply of disposable mops, rags, and sponges for work area decontamination shall be available. G. A sufficient supply of scaffolds, ladders, lifts, and hand tools (e.g. scrapers, wire cutters, brushes, utility knives, bone saws, etc.) shall be provided as needed. H. Rubber dustpans and rubber squeegees shall be provided for clean up. Sprayers with pumps capable of providing 500 Ib/in at the nozzle tip at a flow rate of 2 gallons per minute for spraying amended water. A sufficient supply of HEPA filtered vacuum systems shall be available during clean up. Vacuum systems must be designed and intended air tight, outfitted with factory intended HEPA filtration, and certified to filter 99.97% of particles 0.03 pm in diameter. Standard vacuums outfitted with aftermarket HEPA filtration will not be deemed acceptable. PART 3- WORK AREA PREPARATION AND ACTIVITIES 3.01 General A. Post caution signs meeting the specifications of OSHA 29 CFR 1926.1101 (k) at any location where airborne concentrations of asbestos may exceed ambient background levels. Signs shall be posted at a distance sufficiently far enough away from the work area to permit persons to read the sign and take the necessary protective measures to avoid exposure. B. The Work Area shall be isolated by sealing all openings, including but not limited to, windows, doors, ventilation openings, drains, grilles, and grates with six mil thick (minimum) plastic sheeting and duct tape or the equivalent. C. Alternative methods of containing the work area may be submitted to the Owner's Representative for approval. Do not proceed with any such method(s) without approval of the Building Owner and the Owner's Representative. D. The contractor shall place a minimum two (2) layer 6 -mil polyethylene drop cloth beneath the work area to catch falling asbestos debris. E. Following an Asbestos Response Action, the Asbestos Contractor or entity performing the work shall decontaminate all contaminated surfaces within the Work Area using HEPA vacuuming and/or wet cleaning techniques. All equipment and materials used and all surfaces from which ACM has been removed shall be decontaminated. All cleanup materials shall be disposed of as asbestos waste. Clean-up shall be to the level of no visible debris. F. Asbestos Remediation 02.82.00-7 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 3.02 SPECIFIC PREPARATION ACTIVITIES - A. A Massachusetts licensed asbestos abatement contractor must remove all asbestos containing material. All workers/supervisors must have successfully completed the OSHA and Massachusetts approved asbestos training course for their discipline. B. While removing asbestos containing material proper Personal Protective Equipment (PPE) must be worn. This includes respirators (per OSHA 1926.1101) and Tyvek suits. C. Signage must be utilized in accordance with 29 CFR 1926.1101 (k)(1)(ii). D. For all exterior abatement a remote three chamber decontamination unit with fully operational shower must be supplied for the workers use and must be used by the abatement workers. The decontamination unit shall not be placed within the interior of the building. E. All Massachusetts Regulations for the removal of asbestos must be followed. All Federal Regulations for Asbestos removal must be followed, this includes OSHA (CFR 29 1926.1101), and EPA (NESHAPS 40 CFR 61 Subparts A,B,M and AHERA 40 CFR 753). G. All material must be disposed of per Federal and Massachusetts Regulations at an authorized asbestos landfill. H. Following removal of all asbestos containing material: 1. The consultant shall perform a thorough visual inspection of the entire area, until the area is cleaned to the satisfaction of the consultant. 3.03 CONTINGENCY PLAN FOR EMERGENCIES A. Emergencies Inside the Work Area Each worker shall "walk through" designated escape routes. A diagram will be posted outside the work area locating all emergency routes. Signs will be posted indicating emergency exits inside the work area through the duration of the abatement project. This will enable abatement workers to conduct a quick exit from the work area in the event of a respirator malfunction, medical emergency, accident, fire, or equipment malfunction. B. Procedures for Shut Down Should shut down be deemed necessary, each employee will exit enter the decontamination unit in an orderly and prompt manner, showering and changing as expeditiously as possible. The contractor is expected to ensure that during an emergency, steps will be enforced to prevent asbestos fibers extending out of the work area. C. After Evacuation After evacuation, each employee shall proceed to a prearranged meeting place for a head count and briefing, usually at the supervisor's discretion. f Asbestos Remediation 02.82.00-8 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 D. Procedures for Rescue and Medical Duties The abatement contractor shall provide at least one person trained in first aid and CPR per work crew. This person will be responsible for notifying the rescue squad and attending to the injured persons immediate needs. All workers shall be made aware of the location of a phone in case of fire. The building owners contact person shall be notified as soon as workers are out of immediate danger. E. Telephone numbers to be posted on site in the clean room are as follows: 1. Local Rescue 2. Local Fire Department 3. Local Police Department 4. Building Owner's Contact Person 5. Project Monitor 6. Analytical Laboratory F. Maior Hazards 1. Heat Stress 2. Falling objects 3. Falls/Slips 4. Electric Shock - Skin Burns 3.04 WORKER DECONTAMINATION ENCLOSURE A. Construct a worker decontamination enclosure system adjacent to the work area consisting of three totally enclosed chambers. The worker decontamination enclosure system shall consist of at least a clean room, a shower room, and an equipment room each separated from each other. Entry to and exit from all decontamination enclosure system chambers shall be through curtain doorways consisting of two layers of overlapping polyethylene sheeting. One sheet shall be secured at the top of the left side, the other sheet at the top and right side. B. Clean room shall be sized to adequately accommodate the work crew. Postings shall be located in this area. This space shall not be used for storage of tools, equipment, or materials or as office space. C. The entire decontamination enclosure shall be constructed over a frame. The decontamination unit should be covered with opaque polyethylene for privacy. D. All workers and authorized personnel shall exit the work area and immediately enter the worker decontamination enclosure system. E. Personnel wearing designated personal protective equipment shall proceed to the work area, which shall be located contiguous to the decontamination chamber. F. Before leaving the work area, all personnel shall remove gross contamination from the outside of respirators and protective clothing by brushing and/or wet wiping procedures (small HEPA vacuums with brush attachments may be utilized for this purpose, however, larger machines may tear the suits). G. Personnel shall proceed to the equipment room where they shall remove all protective equipment, except respirators. Deposit disposable clothing into Asbestos Remediation 02.82.00-9 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 appropriately labeled containers, and proceed to take a cleansing shower utilizing soap and shampoo. H. Reusable contaminated footwear shall be stored in the equipment room when not in use in the work area (upon completion of the project rubber boots may be decontaminated for reuse). Water shall be made available in the equipment room for cleaning purposes. Workers shall clean the outside of the respirators and exposed face area under running water prior to removal of respirator. J. After drying off, workers shall proceed to the clean room and remove respirators. 3.05 ASBESTOS REMOVAL PROCEDURES A. GENERAL 1. Follow all state of Massachusetts and Federal Regulations as stated in this asbestos Abatement Specification for removal requirements and alternate work procedures. 2. Clean and isolate the area in accordance with section 3.01 and 3.02 of this document. 3. Spray the asbestos material with amended water or removal encapsulant using spray equipment capable of providing a mist application to reduce the release of fibers. 4. Saturate the material to wet it to the substrate without causing excess dripping. 5. Spray the asbestos material repeatedly during the removal work process to maintain wet conditions and to minimize asbestos fiber dispersion. 6. While removing the asbestos -containing material, the workers shall insure that all asbestos waste material is thoroughly wet. 3.06 CLEAN-UP PROCEDURE (Refer to section 3.02) A. Wet clean all surfaces in the work area using a hose, rags, mops and sponges as appropriate and HEPA vacuum the entire area. B. After work area has been rendered free of visual residue, a thin coat of a satisfactory encapsulating agent shall be applied to the substrate and all surfaces in the work area including any plastic sheeting used for the containment. 3.07 DISPOSAL PROCEDURE A. As the work progresses, to prevent exceeding available storage capacity on-site, sealed and labeled containers of asbestos containing waste shall be removed from the work area. All waste, in proper containers, shall be removed from the work area prior to visual clearance procedures beginning. B. Disposal must occur at an authorized site in accordance with regulatory requirements of NESHAP and applicable state and local guidelines and regulations. All dump receipts, trip tickets, transportation manifests, and other Asbestos Remediation 02.82.00 - 10 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 documentation of disposal, shall be delivered to the building owner, in a timely fashion, for his records. A recommended record-keeping format utilizes a chain -of -custody form, which includes the names and addresses of the generator, contractor, pick-up site, and disposal site, the estimated quantity of the asbestos wastes and the type of containers used. The form should be signed by the generator, the contractor and the disposal site operator as the responsibility for the material changes hands. If a separate hauler is employed, his name, address, telephone number and signature should also appear on the form. C. The contractor must submit the appropriate information and receipts to the appropriate building ownere representative in a timely fashion. D. The building Owner Representative must receive all appropriate information before final payment. E. Transportation to the landfill: 1. Once containerized waste has been removed from the work area, it shall be loaded into either an enclosed truck for transportation or a large dumpster with appropriate labels in accordance with OSHA 29 CFR 1926.1101 and shall be locked. 2. Each dumpster or enclosed truck shall be lined with a minimum of two layers of six -mil poly Personnel loading asbestos containing waste shall be protected by disposable clothes including head, body, and foot protection and at a minimum a half face piece air purifying dual cartridge respirator equipped with high efficiency filters 4. Any debris or residue observed on containers or surfaces outside of the work area resulting from clean up or disposal activities shall be immediately cleaned up using HEPA filtered vacuum equipment and/or wet methods as appropriate. 3.08 RE-ESTABLISHMENT OF AREA A. Re-establishment of the work area shall only occur following the completion of clean-up procedures and after the clearance inspection has been performed and documented to the satisfaction of the building owner. B. The contractor and owner shall visually inspect the work area for any remaining visible residue. Evidence of contamination will necessitate additional cleaning requirements in accordance with section 3.07 of this specification. C. Following satisfactory clearance of the work area, the barriers may be removed and disposed of as asbestos contaminated waste. D. Re -secure mounted objects removed from their former positions during area preparation activities. E. Relocate objects that were removed to temporary locations back to their original positions. Asbestos Remediation 02.82.00 - 11 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 F. Repair all areas of damage that occurred as a result of abatement activity. The abatement contractor shall incur the cost of these repairs. 3.09 ABATEMENT PROJECT COMPLETION A. The abatement project shall be deemed completed by the owners Representative(s) when the contractor has submitted ALL required documents (e.g., Landfill receipts, Project Logs, Consent of Surety... etc.) to RI Analytical and the owner and upon receipt of the owners Representative final asbestos abatement report. PART 4 - SUPPORTING ACTIVITIES 4.01 Abatement Project Monitoring A. Visual inspections to ensure that the contractor's performance is in accordance with the contract requirements, but not limited to the following: a. Air quality around work place shall be monitored. Air monitoring required by OSHA is work of the Contractor and is not covered in this section. b. Operating Procedures c. Abatement Process d. Packing of Asbestos Waste B. Inspect critical barriers and decontamination enclosure system after installation. _ 1 C. Ensure appropriate warning signs are posted. D. After asbestos has been removed, check substrate surfaces to be sure no asbestos remains. E. Determine that the worksite has been adequately cleaned of asbestos contamination. F. Report any deviations in proper procedures by the contractor to the building owner. G. Any delay due to safety and health considerations shall be the responsibility of the contractor, not the building owner, or the project monitor. H. Should any of the above occur immediately cease asbestos abatement activities until the fault is corrected. Do not recommence work until authorized by the Owner's Representative. 4.02 Air Sampling A. Compliance Air Sampling: 1. A minimum of one exterior downwind sample as deemed appropriate by the onsite project monitor shall be collected during exterior abatement procedures per day. 2. Quantification Limit - 0.005 f/cc as calculated in accordance with the following: Asbestos Remediation 02.82.00 - 12 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 Q.L.= 10 fibers x FA x IL 100 fields x MFA x 1000 cc Volume EPA Publication EPA 560/5-83-002, March, 1983, Guidance for Controlling Friable Asbestos -Containing Materials in Buildings: For Method 7400: Q.L=Quantification limit in fibers/cubic centimeter. V= Volume of air sampled in liters. FA= Effective collecting area of the filter in square millimeters (385 mm 2 for 25 mm filters.) MFA= Microscopic field area in square millimeters. B. Clearance Air Sampling: 1. Following removal of all asbestos containing material, the consultant shall perform a though visual inspection. 2. No clearance air sampling will be collected due to exterior removal of ACM. The contractor will submit personnel air sampling data in lieu of clearances. C. Stop Action Levels: 1. Outside Work Area: If any air sample taken outside of the work area exceeds the base line established below, immediately and automatically stop all work except corrective action. The Owner's Representative will determine the source of the high reading and so notify the Contractor. 2. If the high reading was the result of a failure of Work Area isolation measures initiate the following actions: (a) Decontaminate the affected area in accordance with the requirements set forth by the State of Massachusetts Asbestos Management Regulations. (b) Require that respiratory protection be worn in affected area until area is cleared for re -occupancy in accordance with work area clearance requirement. (c) Leave critical barriers in place until completion of work. (d) After certification of visual inspection in the work area, remove critical barriers separating the work area from the affected area. (e) If the high reading was the result of other causes initiate corrective action as determined by the Owner's representative. (f) Complete corrective work with no change in the Contract Sum if high airborne fiber counts were caused by Contractor's activities. Asbestos Remediation 02.82.00 - 13 Stevens Estate Window Replacement North Andover, MA 4.03 MEDICAL MONITORING: Kang Associates, Inc. September 19, 2012 A. Medical monitoring must be offered by the contractor to any employee or agent f that may be exposed to asbestos in excess of background levels during any phase of the abatement project. B. Medical monitoring shall include at a minimum: Name and Social Security Number or equivalent 2. Physicians' Written Opinion from examining physician, explaining any limitations that would place the worker at an increased risk of material health impairment from exposure to asbestos. 3. A work/medical history to elicit symptomatology of respiratory disease. 4. A chest x-ray (posterior -anterior, 14 x 13 inches) evaluated by a certified 13 -reader. C. A pulmonary function test, including forced vital capacity (FVC) and forced expiratory volume at one second (FAV) 1, administered and interpreted by a certified pulmonary specialist. D. Employees shall be given an opportunity to be evaluated by a physician to determine their capability to work safely while breathing through the added resistance of a respirator. E. The certificates issued by the medical agency shall be kept on site at all times f during the abatement activities. 4.04 TRAINING OF ASBESTOS ABATEMENT EMPLOYEES: A. Training shall be provided by the contractor to all employees or agents who may be required to disturb asbestos containing or asbestos contaminated materials for abatement and auxiliary purposes and to all supervisory personnel who may be involved in planning, execution, or inspection of abatement projects. B. All employees, who are involved in the removal of asbestos, or supervision of this project, shall be properly trained as required by the State of Massachusetts Asbestos Management Regulations. C. All certificates of training and licensing shall be maintained at the work site for the duration of this project and a copy of each individuals licenses, fit test, and medical acceptance will be available on-site to be provided to the Project Monitor. END OF SECTION AND DIVISION 02 Asbestos Remediation 02.82.00 - 14 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES SECTION 06.10.00 ROUGH CARPENTRY 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install rough wood framing as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Wood blocking, grounds, nailers, and miscellaneous framing. 2. Fasteners and rough hardware. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Finish Carpentry (Section 06.20.00). 2. Wood Screen Doors (Section 08.14.66). 3. Wood Windows (Section 08.52.00). 1.4 QUALITY ASSURANCE A. Standards: Comply with the following reference standards. 1. PS 20, American Softwood Lumber Standard. 2. NFPA National Design Specifications for Wood Construction. il�'�•Y�I�il�i7_T�� A. Shop Drawings: Provide complete design calculations for structural assemblies prepared by a structural engineer registered in the Commonwealth of Massachusetts. Ensure shop drawings for structural assemblies are on site and approved by inspecting authority before erection. 1.6 DELIVERY, STORAGE, AND HANDLING: Keep wood materials dry at all times. Stack materials to provide air circulation. Rough Carpentry 06.10.00-1 Stevens Estate Window Replacement North Andover, MA 2.0 PART 2: PRODUCTS Kang Associates, Inc. September 19, 2012 2.1 DIMENSION LUMBER: Provide dressed S4S lumber complying with PS -20. A. Species: 1. Provide spruce -pine -fir for regular framing. 2. Provide pressure treated southern yellow pine for framing in contact with masonry or concrete. B. Grading: Provide the following grades of lumber for each application. 1. Structural Light Framing: No. 1 or No. 1 dense, No. 2 or No. 2 dense. Minimum fb = 1,200 psi and minimum E = 1,400,000 psi. 2. Studs: Stud. Minimum fb = 1,000 psi and minimum E = 1,400,000 psi. C. Moisture Content: Lumber shall be seasoned to a maximum moisture content of 19%. Southern yellow pine shall be kiln dried to a maximum moisture content of 15%. D. Preservative Treatment: All lumber in contact with concrete or masonry or used in connection with waterproofing, roofing, and flashing or used in areas of high humidity or moisture, shall be pressure treated with waterborne preservatives complying with AWPA LP -2 and AWPA C2. 2.2 FASTENERS: Provide fastening devices of the size, type, and material as suited for each application. A. Bolts, Screws, Nuts, Washers: Provide square, round, and hex head items in compliance with ANSI B18 and ASTM A307. B. Wood Screws: Provide slotted head items in compliance with ANSI B18 and ASTM A549. C. Nails: Comply with ASTM A510 and F547. D. Finish: All fasteners in contact with concrete or masonry or used in areas of high humidity or moisture, shall be hot -dip galvanized in accordance with ASTM Al 53. 2.3 ACCESSORY MATERIALS A. Building Paper: ASTM D226, Type 1, non -perforated 15 Ib. asphalt saturated felt. 3.0 PART 3: EXECUTION 3.1 PREPARATION A. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. Rough Carpentry f 06.10.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 B. Field Measurement: Where rough carpentry is fitted to other Work, obtain measurements, verify dimensions, and check design intent as shown on the Drawings to ensure proper placement. 3.2 DIMENSION LUMBER FRAMING A. General: Select individual wood pieces which are free of splits, warps, and twisting. Knots and other acceptable defects shall not interfere with proper placement of fasteners. B. Blocking and Nailers: Provide blocking, nailers, and shims as required to properly support other Work and to meet tolerances specified in other Sections. Ensure that blocking, nailers, and fasteners are capable of supporting other Work and applied loadings. The complete extent and size of required blocking, nailers, and shims are not shown on the Drawings. 3.3 CLEANING: Clean work area of accumulations of sawdust, cut ends, and debris. END OF SECTION Rough Carpentry 06.10.00-3 Stevens Estate Window Replacement North Andover, MA SECTION 06.20.00 FINISH CARPENTRY 1.0 PART 1: GENERAL Kang Associates, Inc. September 19, 2012 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install finish woodwork and custom millwork as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. New exterior wood window trims and moldings. 2. New interior wood window trims and moldings. 3. Repair and restoration of existing exterior window wood window trims and moldings. 4. Panel in -fills at selected exterior windows. C. Intent A major intent of the Work of this Section is to provide complete weathertight and finished window assemblies. Drawings and details are intended to show basic design, profiles, sight lines, alignment, and other visual information. Specifications are intended to define specific performance requirements. 2. A major intent of the Work of this Section is to minimally disturb existing interior finishes and trims to remain. 3. A major intent of the Work of this Section is to replicate existing trim sizes and profiles so there is no distinction between new and existing to remain. D. Extent of Restoration Work: The estimated extent of the Work of this Section is shown on the Drawings. Actual restoration and replacement work exceeding the amount shown on the Drawings by 10% shall be completed at no additional cost. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Rough Carpentry (Section 06.10.00). 2. Joint Sealants (Section 07.92.00). 3. Wood Windows (Section 08.52.00). Finish Carpentry 06.20.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 4. Painting (Section 09.90.00). 1.4 QUALITY ASSURANCE A. Manufacturer: Primary repair and restoration materials shall be from a single manufacturer. Secondary products and materials shall be compatible with and acceptable to the manufacturer of the primary materials. B. Restoration Specialist: Installer shall have not less than (5) years successful experience in comparable wood restoration work including work on at least three (3) buildings listed in the National Register of Historic Places under the direction of federal and state preservation agencies in the last five (5) years and employing personnel skilled in the restoration process and operations indicated. C. Plywood Panels: Comply with APA Voluntary Product Standard PS1. Each panel shall be identified with the APA trademark. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data, including installation instructions, recommended uses, and certification of compliance with specifications requirements. B. Shop Drawings: Submit large scaled plans, elevations, and details. Show anchorages and connections. C. Samples: Submit 2' long X full width samples of all exposed materials. D. In -Place Samples: Before beginning Work, provide typical in-place samples of each item and type of Work. Protect and maintain acceptable in-place samples. 1.6 PROJECT CONDITIONS A. Hazardous Materials: All existing exterior paint is assumed to contain lead. Refer to Existing Conditions (Section 02.01.00) and Asbestos and Lead Survey of the Steven's Estate. Demolition of items with lead paint shall be performed as part of the Work of this Section. Take all necessary precautions to ensure the safety of all persons engaged in removing lead-based paint and dispose of all residues generated from lead-based paint stripping in a legal manner in accordance with all local, state, and federal codes and guidelines. Carefully follow the guidelines, procedures, and recommendations as described in the Asbestos and Lead Survey of the Steven's Estate as appended to Existing Conditions (Section 02.01.00). B. Coordination: Coordinate wood repair with paint stripping so that the affected surfaces are exposed for a minimal time to avoid further damage to bare wood. Coordinate with painting so that all restored surfaces are primed as soon as possible after repair. C. Weather: Proceed with the Work of this Section only when existing and foreseen weather conditions permit the Work to be performed in accordance with the manufacturer's recommendations for temperature and humidity range, minimum and maximum. Finish Carpentry ; 06.20.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 D. Substrate Conditions: Do not proceed with product applications until substrates have been inspected and are determined to be in satisfactory conditions. Substrate moisture content shall not be in excess of 18% during preparation and application 1.7 DELIVERY, STORAGE, AND HANDLING A. General: Deliver materials and products in unopened factory labeled packages. Store and handle in strict compliance with manufacturer's instructions and recommendations. B. Wood: Store materials in a weathertight, well -ventilated area. Keep wood materials dry at all times. Stack materials to provide air circulation. 2.0 PART 2: PRODUCTS 2.1 EXTERIOR STANDING, RUNNING, AND MISCELLANEOUS TRIMS A. Solid Stock Lumber: Provide all trim pieces required to complete a weathertight building enclosure, including but not limited to window trims and moldings. Match sizes and profiles shown on the Drawings and found on the existing building. All trim shall be seasoned red cedar smooth B Grade. B. Wood Veneered Plywood: Provide 3/8" thick Exterior grade panels with both faces of Medium Density Overlay (MDO). C. Extent: Exterior trim includes, but is not limited to: 1. Window casings, stops, and moldings. 2. Panel infills at existing framed openings. 2.2 INTERIOR STANDING, RUNNING, AND MISCELLANEOUS TRIM A. Solid Stock Lumber: Provide kiln -dried pine for stained or painted finish, complying with ASTM D3110, worked to shapes as indicated on the Drawings. Finger jointed lumber will not be accepted. B. Wood Veneered Plywood: Provide birch face veneer. C. Extent: Interior trim includes, but is not limited to: 1. Window casings and moldings. 2. Panel infills at existing framed openings. 2.3 RIGID BOARD THERMAL INSULATION A. Provide square edged extruded polystyrene with 25 psi minimum compressive strength. B. Acceptable Products: Provide one of the following products: 1. Amoco Foam Products Co. model Amofoam-CM. 2. UC Industries model Foamular. Finish Carpentry 06.20.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 3. Dow Chemical Co. model Styrofoam. C. Use: Panel infills at existing framed openings. 2.4 REPAIR EPDXY: Epoxy repair materials shall consist of 2 separate systems, a 2 part low viscosity epoxy primer/coupling agent and a 2 part thixotropic paste. A. Products 1. Low viscosity epoxy coupling/bonding agent 2. Epoxy repair compound 3. Injectable Borate gel 4. Borate rods B. Manufacturer: Subject to compliance with the requirements, provide products of the following or approved equal. 1. Advanced Repair Technology 2. Window Care Systems 3. Or approved equal 2.5 PAINT STRIPPER A. Chemical Stripping Agent: Methylene chloride based, thixotropic stripper. B. Acceptable Products: Subject to compliance with requirements, provide Prosoco Sure Klean 509 Paint Stripper or approved equal C. Equipment: Provide low temperature heat gun or heat plate, no open flame. 2.6 ACCESSORIES: A. Nails: Provide non -staining nails made of stainless steel type 306 or 316 or hot -dipped galvanized steel. Staples and bright or blued steel wire nails are not acceptable. B. Sealants: Provide silicone sealant conforming with AAMA 803.3-92, 809.2-92 or ASTM C920-87, Type S, Grade NS, Class 25. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. C. Preparation: Back prime all painted woodwork and plywood panels prior to installation, including sides, end grain, and cut edges. Finish Carpentry 06.20.00-4 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 3.2 STANDING, RUNNING, AND MISCELLANEOUS TRIM A. Install in longest practical lengths with a minimum of joints. Scribe and fit work neatly and accurately with hairline tight joints. Stagger joints in adjacent or related members. B. Tolerances Plumb and Level: 1/8" in 8'. Offset in Surface Alignment: 1/16" maximum. Offset in Revealed Adjoining Surface: 1/8' maximum. 3.3 REPAIR AND RESTORATION A. Intent: It is a major intent of the Work of this section to restore existing exterior wood components that remain to their original appearances and good condition. Good condition is defined as weathertight, operational, and protected from deterioration. B. Extent: Repair and restoration work shall include, but is not limited to: Secure loose components. Fill cracks in wood. Glue and clamp joint separations. Replace rotted wood sections. C. Coordination Coordinate scraping out of old sealants and re -caulking around window frames and trims with Asbestos Remediation (Section 02.82.00) and Joint Sealers and Fillers (Section 07.90.00). Coordinate scraping and painting with Painting (Section 09.90.00). Coordinate installation of new wood trims and restoration of existing wood components with Wood Windows (Section 08.52.00). D. Lead Containing Paint: Assume all existing paint contains hazardous levels of lead until test results show otherwise. Scrape, sand, and strip existing lead containing paint in strict compliance with OSHA and all applicable environmental regulations governing lead removal. Paint scrapings shall be tested for EP toxicity in accordance with 310 CMR 30. Materials found to exceed the allowable toxicity limit of 5.0 milligrams/liter shall be disposed of as hazardous waste in strict compliance with 310 CMR 30 and U.S. Department of Transportation regulations 49CFR Parts 170 through 179 inclusive. E. Preparation: Remove all decayed wood to a clean, sound, unaffected substrate. Remove all built up paints, and other debris to a clean sound substrate. Remove all wood sawdust to a clean sound substrate. F. Removal of Finishes Remove all peeling and loose paint by scraping, taking care not to damage sound wood and profiles. Finish Carpentry 06.20.00-5 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 2. Strip all painted wood surface to bare wood, taking care not to damage sound wood and profiles by the application of stripping paste or by the use of a heat gun or plate. Remove stripper and finishes as directed by manufacturer. 3. Wash all surfaces with recommended neutralizing agents to remove any foreign particle, dust and chemical residue, allow surface to thoroughly dry. G. Repair Open or failed seams and checks shall be dilated to a width of 3/16" and depth of '/2". Remove all decayed, soft and weathered wood. Check the moisture content and hardness of wood at and around the repair, ensuring moisture content does not exceed 18%. Sand bare wood to remove all loose fibers, paint, compounds. Remove all sawdust and dirt. Pre -treat bare and sanded wood thoroughly with low viscosity epoxy coupling/bonding agent. Allow coupling agent to penetrate wood surface for a minimum of 10 minutes and maximum of 30 minutes, or as recommended by the manufacturer. Avoid applying in direct sunlight. Remove any excess bonding agent with absorbing paper Apply epoxy repair compound over epoxy bonding agent while still tacky. Epoxy compound shall have optimal contact with wood. Avoid inclusion of air pockets �J during application. Fill joints fill, even and smooth in one application. Allow full cure time as specified by manufacturer before application of paint or varnish. After curing, sand surface even and smooth. Transitions and irregularities between wood and epoxy shall not be visible after sanding. If required, smooth any remaining irregularities with an additional application of epoxy repair compound. Always sand between coats. 3.4 REPAIR, CLEANING, AND PROTECTION A. Repair: Repair minor damages to eliminate all evidence of repair. Remove and replace Work which cannot be successfully repaired. B. Protection: Provide temporary protections to ensure that Work is not damaged before final acceptance. Remove protections and re -clean as necessary immediately before final acceptance. END OF SECTION AND DIVISION 06 Finish Carpentry 06.20.00-6 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION 07.92.00 JOINT SEALANTS 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install joint sealers and fillers, not explicitly provided by others and as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: Sealing exterior joints. C. Intent: A major intent of exterior Work of this section is to keep the building dry and to permanently establish and maintain airtight and watertight continuous seals within the limits of normal wear and aging. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Specifications which directly relate to the Work of this Section include, but are not limited to: 1. Asbestos Remediation (Section 02.82.00). 2. Finish Carpentry (Section 06.20.00). 3. Wood Windows (08.52.00). 4. Painting (Section 09.90.00). 1.4 QUALITY ASSURANCE: For each type of primary material specified, provide products from a single manufacturer. Provide secondary materials which are acceptable to the manufacturers of the primary materials. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data, including installation and curing instructions, recommended uses, and certification of compliance with specifications requirements. B. Samples: Submit 4" long samples showing full range of colors available and color and finish variations expected. Joint Sealants 07.92.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 C. In-place Samples: Provide typical in-place sample not less than 4 linear feet of each type of sealant and filler. D. Warranty: Submit written warranty signed by manufacturer, Installer, and Contractor, agreeing to repair or replace Work which exhibits defects in materials or workmanship for a period of 5 years from the date of Substantial Completion. Defects include, but are not limited to, leakage of water, abnormal aging or deterioration, and failure to perform as required. Repair work shall include removal and replacement of adjacent and covering work. 1.6 PROJECT CONDITIONS A. Environmental Conditions: Execute Work only when existing and forecasted environmental conditions are within the limits established and recommended by manufacturers of the products being used. B. Joint Conditions: Joints to be sealed shall be in the mid-range of the joints's intended movement, not near their fully closed nor fully open extremes. Joints shall be sealed when ambient temperatures produce this condition, between 50 and 85 degrees F. 1.7 DELIVERY, STORAGE, AND HANDLING: Deliver materials in unopened factory labeled packages. Store and handle in strict compliance with manufacturer's instructions and recommendations. 2.0 PART 2: PRODUCTS f 2.1 GENERAL A. Colors: Colors shall be selected by the Architect from manufacturer's standard range of colors. B. Compatibility: Select and use sealers which are recommended by manufacturer for each intended application. Verify compatibility with adjacent materials. 2.2 SEALANTS: Provide silicone sealant conforming with AAMA 803.3-92, 809.2-92 or ASTM C920-87, Type S, Grade NS, Class 25. 2.3 MISCELLANEOUS MATERIALS AND ACCESSORIES A. Primer: Provide primers as recommended by sealant manufacturers for each surface to which sealant is applied. B. Bond Breaker Tape: Provide polyethylene or other plastic tape as recommended by sealant manufacturer to prevent three -sided adhesion. C. Backer Rod: Provide compressible rod of durable nonabsorptive foam material as recommended by sealant manufacturer for compatibility with sealant. D. Provide any and all additional materials, including sealants, which are required to achieve specified intent of this Section. Joint Sealants 07.92.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. C. Coordination: Coordinate scraping out of old sealants and re -caulking around window frames and trims with Asbestos Remediation (Section 02.82.00), Wood Windows (Section 08.52.00), and Painting (Section 09.90.00). 3.2 PREPARATION A. Cleaning: Clean joint surfaces immediately before installation of sealants and accessories. Remove all substances which could interfere with bonding. B. Tape or mask adjoining surfaces to prevent spillage and migration. C. Etch or roughen joint surfaces to improve bonding. D. Prevent three sided adhesion by use of bond breaker tapes or backer rods. 3.3 GENERAL SEALING A. Force sealant into joints to provide uniform dense, continuous ribbons with no gaps and air pockets. Dry tool sealant to forma smooth dense surface with joint surfaces adhering equally on opposite sides. Ensure compressed sealants will not protrude from joints. B. Profile: Ensure sealants are tooled to a profile which will prevent trapping of water. C. Sealant Depth: Comply with manufacturer's recommendations and instructions and the following general guidelines. Joint depth shall be equal to joint width for joints up to 1/2" wide. 2. Joint depth shall be equal to one-half of the joint width for joints over 1/2" wide. 3.4 CURING: Cure sealants in strict compliance with manufacturer instructions and recommendations. 3.5 REPAIR AND CLEANING: Remove and replace Work which is damaged or deteriorated in any respect, Clean adjacent surfaces using materials and methods recommended by sealant manufacturer. Remove and replace Work which cannot be successfully cleaned. END OF SECTION AND DIVISION 07 Joint Sealants 07.92.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 DIVISION 08 - OPENINGS SECTION 08.14.66 WOOD SCREEN DOORS 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install wood screen doors as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Wood screen doors. 2. Aluminum door frames. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the work of this Section include, but are not limited to: 1. Selective Demolition (02.41.19). 2. Painting (09.90.00). 1.4 QUALITY ASSURANCE A. Provide primary products of one manufacturer. Provide secondary products and materials which are acceptable to the screen door manufacturer. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data, including description of materials, components, fabrication, finishes, and installation. B. Shop Drawings: Submit manufacturer's shop drawings, including elevations, sections, and details, indicating dimensions, tolerances, materials, fabrication, doors, panels, framing, hardware schedule, and finish. 1.6 DELIVERY, STORAGE, AND HANDLING: Deliver, store, and handle doors in strict compliance with manufacturer's recommendations. Deliver products in manufacturer's original containers, dry, undamaged, seals and labels in tact. Wood Screen Doors 08.14.66-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 2.0 PART 2: PRODUCTS 2.1 DOORS A. Door Materials 1. 1 1/16" Ponderosa Pine with water repellent preservative treatment. 2. Wired 18x14 charcoal aluminum screen. 3. '/4" plywood panels. B. Size: Provide custom sizes to fit existing door openings, with the following minimum component dimensions. 1. Stiles: 3 9/16". 2. Top Rail: 3 9/16". 3. Bottom Rail: 7". 4. Middle Rail: 35/8". C. Construction: Provide hardwood joint construction. 2.2 HARDWARE A. Provide the following hardware for each screen door. 1. Push plate and pull. 2. 1'/2 pair five knuckle mortise hinges. 3. Safety chain guard for sudden wind gusts. 4. Heavy duty closer, adjustable to regulate closing speed. B. Finish: Operating trim shall be bright brass. All other hardware shall have black finish. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. 3.2 INSTALLATION: Install doors plumb, level, square, true to line, and without warp or rack. Install exterior doors to be weathertight in closed position. 3.3 ADJUSTING, REPAIR, AND PROTECTION A. Repair: Repair minor damages to finish in accordance with manufacturer's instructions and as approved by Architect. Remove and replace damaged components that cannot be successfully repaired as determined by Architect. Wood Screen Doors 08.14.66-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 B. Adjusting: Adjust doors, hinges, and closers for smooth operation without binding. C. Protection: Protect installed doors to ensure that doors will be without damage or deterioration until final finishes are applied. END OF SECTION Wood Screen Doors 08.14.66-3 Stevens Estate Window Replacement North Andover, MA SECTION 08.52.00 WOOD WINDOWS 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS Kang Associates, Inc. September 19, 2012 A. All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The Work of this section includes the furnishing of all materials, labor, tools, and equipment required to furnish and install wood window units as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Wood windows. 2. Related components and accessories required in this section include, but are not limited to: treated wood blocking; glass and glazing accessories; and wood closures and trim. C. Intent: The intent of the Work of this Section is to provide complete weathertight and finished window assemblies to fit existing masonry and rough openings. Drawings and details are intended to show basic design, profiles, sight lines, alignment, pattern, and other visual information. Specifications are intended to define specific performance criteria. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the work of this Section include, but are not limited to: 1. Selective Demolition (Section 02.14.19). 2. Asbestos Remediation (Section 02.82.00). 3. Rough Carpentry (Section 06.10.00). 4. Finish Carpentry (Section 06.20.00). 5. Joint Sealants (07.92.00). 6. Painting (Section 09.90.00). 1.4 TESTS AND PERFORMANCE A. Test Units shall be glazed, completely assembled windows, constructed in accordance with the Contract Documents. B. Test Sizes: Test unit sizes shall be at least as large as the windows required for this Project and in no case smaller than: 3'-0" X 5'-0". Wood Windows 08.52.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 C. Test Sequence: Tests shall be performed in the following sequence: 1. Air Infiltration 2. Water Penetration 3. Structural Testing 4. Forced Entry Resistance D. Air Infiltration: With window sash closed and locked, test unit in accordance with ASTM E283 at design pressure of static air pressure difference of 1.57 psf. Maximum air leakage shall not exceed 0.30 cfm per square foot of frame. E. Water Penetration: With window sash closed and locked, test unit in accordance with ASTM E547 at static air pressure difference 5.25 psf. There shall be no water leakage as defined in ASTM E547 at the specified static air pressure difference to meet the performance requirement. Uniform Load Structural Test: With window sash closed and locked, test unit in accordance with ASTM E 330 at a static air pressure difference of 52.5 psf with high pressure applied first on one side of the unit then on the other side. At the conclusion of test, there shall be no glass breakage, permanent damage to fasteners, hardware parts, support arms or actuating mechanisms, nor any other damage which could cause the window to be inoperable. Residual deformation of any frame or sash member shall not exceed 0.4% of its span. G. Forced Entry Resistance: With window sash closed and locked, test unit in accordance with ASTM F588 to FER level of 10. H. Operating Force: 45 pounds maximum. Field Tests: The Owner reserves the right to employ an independent testing agency to perform in-place air and water tests. Contractor shall cooperate fully and pay all costs for remedial work, original testing, and retesting required because of failures. The Owner shall pay the cost of original testing if results are satisfactory. 1.5 QUALITY ASSURANCE A. Standards: Comply with the following reference standards. Where reference standards conflict with other reference standards or with requirements of the Contract Documents or with requirements of the authorities having jurisdiction, the most restrictive provision is required. All recommendations or suggestions made in reference standards are required as mandatory under this Contract. 1. ANSI/AAMA/NWWDA 101/I.S. 2-97 Voluntary Specifications for Aluminum, Vinyl (PVC), and Wood Windows and Glass Doors. 2. ANSI/AAMA/NWWDA 101/I.S.2/NAFS-02 Voluntary Performance Specifications for Windows, Skylights, and Glass Doors. 3. NWWDA I.S.4 Industry Standard for Water -Repellent Preservative Treatment for Millwork. 4. WMDA 101/I.S.2 Hallmark Certification Program. 5. AAMA 502 Voluntary Specification for Field Testing of Windows and Sliding Doors. Wood Windows 08.52.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 6. NFRC 101 Procedure for Determining Fenestration Product Thermal Properties. 7. ANSI -SMA -1004 Aluminum Tubular Framing Screens for Windows. 1.6 SUBMITTALS A. Product Data: For each product used, submit manufacturer's product data, including installation instructions, use limitations, and recommended maintenance procedures. B. Test Results: For each window type and size, provide certified test results, from a NWWDA accredited independent testing laboratory, to verify compliance with performance tests listed in 1.4 above. C. Shop Drawings: Submit dimensioned shop drawings for fabrication and complete installation, including window and door schedules showing locations, wall elevations, unit elevations, and large scale details of window and door sections installed in each different existing condition. Drawings shall show anchors, hardware, operators, glazing details, sealants, finishes, and accessory items. D. Samples 1. Submit full size sample window unit to show fabrication, workmanship, hardware design, glass, and other exposed items. 2. Provide in-place samples to determine acceptability of installation methods. Provide one sample each of a typical composite unit. Approved sample can be incorporated into the Work and will serve as minimum quality standard for the remainder of the Work. E. Warranties Windows: Windows shall be warranted to be free from defects in manufacturing, materials, and workmanship for a period of ten (10) years from date of Substantial Completion. 2. Glass: Insulating glass shall be warranted against visible obstruction through the glass caused by a failure of the insulating glass air seal for a period of twenty (20) years from the date of Substantial Completion. 1.7 DELIVERY AND STORAGE A. Delivery: Deliver materials in manufacturer's or distributor's packaging undamaged, complete with installation instructions. Materials shall be packed, loaded, shipped, unloaded, stored and protected in a manner which will avoid abuse, damage, and defacement. B. Storage: Store windows and doors off ground, under cover, protected from weather and construction activities. Wood Windows 08.52.00-3 Stevens Estate Window Replacement Kang Associates, Inc. r North Andover, MA September 19, 2012 2.0 PART 2: PRODUCTS 2.1 MANUFACTURER A. Provide wood windows of one manufacturer. Secondary materials must be acceptable to the manufacturer of the primary materials. B. Acceptable Manufacturer: Provide standard products manufactured by one of the following: 1. Marvin Windows. 2. Jeld-wen Windows. 3. Pella Windows. 4. Or approved equal. C. Custom Windows: Replacement windows in curved bays shall be custom fabricated with curved frames, sashes, and glass to fit existing window frames and masonry openings. All materials, profiles, sightlines, construction, and features shall match manufactured windows exactly. 2.2 WINDOW PRODUCTS AND MATERIALS A. Performance: Provide high performance wood windows which meet or exceed the requirements of this Specifications. Performance criteria shall be met by Rating HC35 as defined by ANSI/AAMA/NWWDA 101/I.S.2-97 and 101/I.S. 2/NAFS-02. B. Types and Operation: Windows shall be double hung, awning, and fixed types. C. Profiles and Appearance: Windows shall match profiles and appearance shown on the Drawings. D. Frame: Provide manufacturer's standard profiles milled from clear Western Ponderosa pine. Wood shall be kiln -dried to a moisture content of 6-12% at time of fabrication. All wood components shall be water repellent preservative treated, after machining, in accordance with the latest revision of NWWDA Industry Standard I.S.4. Frame members shall be of sizes and thicknesses designed and engineered to support required loads, minimally 3/4" thick and 5" wide. E. Sashes: Provide manufacturer's standard profiles milled from clear Western Ponderosa pine, kiln -dried to a moisture content of 6-12% at time of fabrication. All wood components shall be water repellent preservative treated, after machining, in accordance with the latest revision of NWWDA Industry Standard I.S.4. Corners shall be joined with mortise and tenon. Composite sash thickness shall be no less than 1-5/16". F. Hardware: Provide block -and -tackle balances connected to sash with polyester cord and concealed with the frame. Provide two sash locks and lifts for each sash. Finish shall be baked enamel, champagne. G. Weatherstripping: Provide dual weatherstripping. Provide continuous, flexible polyvinyl chloride material in dual durometer design with welded corners, compressed between 1 Wood Windows 08.52.00-4 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 frame and sash for positive seal on all four sides. Secondary polyvinyl chloride leaf -type weatherstrip between edge of sash and frame. 2.3 FINISHES: All exterior and interior wood surfaces and components shall be clear pine, ready for painting or staining. 2.4 GLASS AND GLAZING A. Insulating Glass: Provide factory assembled, hermetically dual sealed units with a dehydrated air space. Glass units shall be 5/8" thick with two panes of 3mm clear float or tempered glass and 1/8" air space. Inner surface of outer pane of class shall be low -E coated. Edges of glass units shall be dark in color. Glass units shall meet ASTM E774 Class A and SIGMA 65-7-2. Units shall be permanently labeled with certification of either the Insulating Glass Certification Council or Associated Laboratories, Inc. Clear Float Glass: Provide 3mm thick, Type I - transparent, flat, Class 1 - clear, Quality q3 for use in non -hazardous conditions. 2. Tempered Glass: Provide 3mm thick, heat strengthened clear tempered glass, conforming with ASTM C1048, Condition A, Type I, Class 1, Quality q3, kind FT, for use in hazardous conditions as defined by the Massachusetts Building Code. 3. Low E Argon -Filled: Provide clear, non -reflective transparent metallic coating on multiple layers of insulating glass. 4. Obscure Glass: Provide 1/4" glass sandblasted to a uniform milky white translucent appearance for both panes of insulating glass. B. Muntins Windows: Insulating glass shall contain foam or aluminum spacer muntin grid between the two panes of glass, adhered to glass. Width of solid muntin bars shall be best match to existing muntins, as determined by the Architect. They shall be clear pine ready for staining on the interior and extruded aluminum on the exterior. Bars shall be adhered on both sides of insulating glass with VHB acrylic adhesive tape and aligned with the foam grid. Exterior surfaces shall be finished to match window cladding. 2.5 MISCELLANEOUS ITEMS A. Insect Screens: For all operable window units, provide 18X16 charcoal aluminum mesh secured to heavy gage formed or extruded aluminum frame with reusable vinyl spline. Frame dimensions shall be a minimum of 3/8" X 3/4". Screen frame finish shall match windows. Screen shall be held in place with friction springs. B. Anchors and Fasteners: Provide complete anchorage system as required for proper installation of window system and to achieve required structural performance and suitable to each existing condition. Wood Windows 08.52.00-5 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 1. Masonry Anchors: All items in contact with masonry shall be hot -dip galvanized in accordance with ASTM A-153. Where work is indicated to be attached to existing masonry, provide Hilti "Hit -Reno" epoxy set bolts. 2. Wood Fasteners: Provide stainless steel fasteners, warranted by manufacturer to be non -corrosive. Reinforce members less than 0.125" thick with grommet nuts or additional plate. Conceal fasteners to the greatest extent possible. For exposed conditions, provide Phillips flat head screws which exactly match color of windows or window hardware. C. Custom Pieces: Provide custom formed pieces as required to create a uniform appearance and weathertight assembly, including, but not limited to subsills, frame expanders and expander receptors, interior and exterior mullion covers, and mullion reinforcement. D. Gap Insulation: Provide foam -in-place insulation for filling gaps between existing masonry openings and new windows. Provide Intra -Seal by Insta-Foam Product, Inc., Poly -Cel by W. R. Grace, or equal. 2.6 FABRICATION: Fabricate and assemble frame and sash members into windows and window systems in accordance with Contract Documents and approved shop drawings. Windows shall be true, straight, and square within tolerances permitted by referenced standards. Joints shall be uniform, tight, and free from sharp edges. 2.7 COORDINATION: Advise the Owner of accessory items required for proper installation and compatible with window products. Accessory items include, but are not limited to the following: A. Sealants: Where exposed, provide low modulus silicone sealant, color matching window finish. Where concealed, provide polyisobutylene sealant or equal. B. Treated Wood Blocking: Provide continuous and intermittent preservative pressure treated wood blocking and as required for proper installation of window system. C. Flashings: Provide minimum 40 mils thick, self -adhering, composite bituminous sheet flashing for concealed locations. D. Insulation and Vapor Retarder: Provide fiberglass insulation and vapor retarder for installation between window perimeter and adjacent construction to assure thermal continuity. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Field Dimensions: Field measure and verify existing masonry openings and coordinate with existing substrates and conditions and other related and adjacent work before ordering windows. Wood Windows _ l 08.52.00-6 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 B. Manufacturer's Instructions: Conduct on-site pre -installation meeting with the Owner to review manufacturer's instructions and recommendations. Instruct Owner on installation of in-place sample. C. Coordination: Coordinate installation with Owner. Advise and instruct Owner on proper installation methods for existing conditions. 3.2 INSTALLATION A. Windows: Prepare openings to receive new window assembly. Provide preservative pressure treated wood blocking as needed to properly attach and support new window. Plumb and align window faces in a single plane for each wall plane and erect windows and materials square and true. Adequately anchor to maintain positions permanently when subjected to normal thermal and building movement and specified wind loads. B. Sealants: Apply sealants to provide a weathertight installation at all joints and intersections and at opening perimeters. Clean and prime joints in accordance with sealant manufacturer's recommendations. Sealants shall only be applied within the temperature range recommended by the manufacturer. Provide joint backing in all joints where there is no suitable backstop to receive sealant. Pack joints with joint backing to provide a depth equal to half of joint width. Joint width shall not be less than '/4' and more than 1/2" unless otherwise recommended by the manufacturer. C. Trim: Apply interior trims and exterior custom pieces and trim as required to achieve finished weathertight assembly. 3.3 ADJUSTING, REPAIR, AND CLEANING A. Adjustment: Adjust windows for proper operation after installation. B. Repair: Touch-up damaged coatings and finishes and repair minor damage to eliminate all evidence of repair. Remove and replace Work that cannot be successfully repaired. C. Cleaning: Clean all exposed surfaces using materials and methods recommended by window manufacturer. Remove labels. Remove and replace Work that cannot be successfully cleaned. Provide temporary protection to ensure Work is not damaged or deteriorated at the time of final acceptance. Remove protection and re -clean as necessary immediately before final acceptance. END OF SECTION AND DIVISION 08 Wood Windows 08.52.00-7 Stevens Estate Window Replacement North Andover, MA DIVISION 09 - FINISHES SECTION 09.90.00 PAINTING 1.0 PART 1: GENERAL Kang Associates, Inc. September 19, 2012 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to complete painting as shown on the Drawings and as specified. B. The Work includes, but is not limited to: 1. Surface preparation and protection. 2. Priming and painting of all previously painted exterior surfaces. 3. Priming and painting of all new exterior surfaces, except those specifically excluded. 4. Priming and painting of all new interior surfaces. C. Excluded Work: The Work does not include painting of: 1. Concealed surfaces. 2. Surfaces which retain a factory finish. 3. Exterior brick and stone surfaces. 4. Exterior lead, lead -coated copper, and copper surfaces. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Asbestos Remediation (Section 02.82.00). 2. Finish Carpentry (Section 06.20.00). 3. Joint Sealants (Section 07.92.00). 4. Wood Screen Doors (Section 08.14.66). 5. Wood Windows (Section 08.52.00). 1.4 QUALITY ASSURANCE: For each type of primary material required for the Work of this Section, provide first quality products from one manufacturer. Provide secondary materials which are acceptable to the manufacturers of the primary products. 1.5 TESTS: The Owner reserves the right to test any materials and Work by an independent testing agency to verify conformity to Contract Documents. The cost of failed tests shall be borne by the Contractor and corrective work shall be performed at no additional cost to the Owner. Painting 09.90.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 1.6 SUBMITTALS A. Product Data: Submit manufacturer's product data, including product analysis, application instructions, and recommend uses for each material used. B. Verification Samples: Before painting in-place samples, submit samples, with a minimal size of 144 square inches, for each type of finish and color selected by the Architect. Samples shall show the full range of color and finish variations expected. C. In-place Samples: Before beginning Work, provide in-place samples, with a minimal size of 100 square feet, for each type of substrate to be painted or stained. D. Warranty: All workmanship and materials shall be guaranteed for a period of one year. 1.7 DELIVERY, STORAGE, AND HANDLING A. Products and materials shall be delivered and stored in their unopened factory containers with labels intact. Store and handle in accordance with manufacturer's directions to prevent damage. B. Maintain and leave storage and work areas free from fire hazards related to improperly stored rags, solvents, or thinners. 1.8 MAINTENANCE STOCK: Provide one gallon of each color and type of finish coating used, in labeled unopened factory containers. 1.9 PROJECT CONDITIONS A. Interior Conditions: Ensure a minimum interior temperature of 65° F is maintained throughout application and drying time. Paint shall not be applied at temperatures above 90° F. Adequate ventilation, in accordance with manufacturer's recommendations, shall be maintained at all times. B. Exterior Conditions: No exterior painting shall be undertaken if air or surface temperature is below 50°F, nor immediately following rain or until frost, dew, or condensation has evaporated. Surfaces shall always be tested with moisture meter before proceeding. C. Humidity: Paint shall not be applied at humidities above 85% RH. D. Hazardous Materials: All existing exterior paint is assumed to contain lead. Refer to Existing Conditions (Section 02.01.00) and Asbestos and Lead Survey of the Steven's Estate. Demolition of items with lead paint shall be performed as part of the Work of this Section. Take all necessary precautions to ensure the safety of all persons engaged in removing lead-based paint and dispose of all residues generated from lead-based paint stripping in a legal manner in accordance with all local, state, and federal codes and guidelines. Carefully follow the guidelines, procedures, and recommendations as described in the Asbestos and Lead Survey of the Steven's Estate as appended to Existing Conditions (Section 02.01.00). 1 Painting 09.90.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 2.0 PART 2: PRODUCTS 2.1 COATINGS A. Acceptable Manufacturers: Manufacturer's product numbers are included to facilitate product identification. In cases where a discrepancy exists between the name and number of the product, the name takes precedence. Non-ferrous Surfaces: Paint products specified are manufactured by Benjamin Moore and Co. except as otherwise noted. Other acceptable paint manufacturers are Sherwin Williams, Pratt and Lambert, and Pittsburgh Paints. Products of these alternate acceptable manufacturers shall meet or exceed all requirements specified. 2. Exterior Ferrous Surfaces: Paint products specified are manufactured by Tnemic. B. Accessory Materials: Provide accessory and secondary products in accordance with recommendations by the paint manufacturer and compatible with paint systems specified. C. Colors: Colors as selected by the Architect, shall be strictly adhered to. 1. Non-ferrous Surfaces: Colors shall be selected from Benjamin Moore's Custom Color System. Paint provided by alternate manufacturers must be mixed to exactly match selected colors. Several colors shall be selected. 2. Exterior Ferrous Surfaces: Colors shall be selected from Tnemic's standard colors. 2.2 PRIMERS A. Colors: All primers and undercoats shall be tinted to the approximate shade of the selected finish coat. Provide appropriate Deep Color Base Primers as manufactured by Benjamin Moore, or equal, under deeptone or vivid colors and to cover existing deeptone or vivid colors. B. Stain -sealing Primera Provide solvent -thinned stain -sealing primer for sealing water stains and other surface defacements. Provide one of the following products: 1. Benjamin Moore's Speedy Primer Sealer (340). 2. Benjamin Moore's QD 30 (202). 3. Or equal. 2.3 PAINT STRIPPER A. Chemical Stripping Agent: Methylene chloride based, thixotropic stripper. B. Acceptable Products: Subject to compliance with requirements, provide Prosoco Sure Klean 509 Paint Stripper or approved equal C. Equipment: Provide low temperature heat gun or heat plate, no open flame. Painting 09.90.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA September 19, 2012 f 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous work, and existing conditions. C. Coordination 1. Coordinate scraping out of old sealants and re -caulking around window frames and trims with Asbestos Remediation (Section 02.82.00) and Joint Sealers and Fillers (Section 07.90.00). 2. Coordinate scraping, painting, and repair of existing exterior wood window components and trims with Finish Carpentry (Section 06.20.00). 3.2 PROTECTION A. Remove finish hardware, fixtures, switch plate covers, and similar items before painting, store carefully, and replace after painting is complete. B. Protect pre -finished items and in-place construction not to be painted with masking tape, _ J canvas drop cloths, polyethylene sheets, or other suitable means as approved by the Architect. C. Provide temporary signs to protect newly painted surfaces. 3.3 SURFACE PREPARATION A. General 1. Thoroughly clean all substances from substrates which may interfere with proper paint adhesion. 2. Vacuum all surfaces to remove dust and dirt to prevent raising of dust during the painting process. 3. Prime surfaces within 8 hours after cleaning to prevent contamination of clean substrates. B. Lead Containing Paint: Assume all existing paint contains hazardous levels of lead until test results show otherwise. Scrape, sand, and strip existing lead containing paint in strict compliance with OSHA and all applicable environmental regulations governing lead removal. Paint scrapings shall be tested for EP toxicity in accordance with 310 CMR 30. Materials found to exceed the allowable toxicity limit of 5.0 milligrams/liter shall be 1 Painting 09.90.00-4 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 disposed of as hazardous waste in strict compliance with 310 CMR 30 and U.S. Department of Transportation regulations 49CFR Parts 170 through 179 inclusive. C. New Interior Surfaces 1. Wood to Receive Painted Finish: All surfaces shall be dry and sanded smooth, free of loose dirt, dust, and oil. Putty all nail holes, cracks, and blemishes and seal knots. Backprime all woodwork before installation. 2. Wood Surface to Receive Transparent Finish: All surfaces shall be dry and sanded smooth, free of loose dirt, dust, or grit. Fill joints, cracks, nail holes with paste wood filler, color to match wood, and allowed to dry for 24 hours. D. New Exterior Wood Surfaces: Remove dirt, oil, and grease by washing with a detergent solution. Flush with clean water and let dry. Remove mildew by scrubbing with commercial mildew wash. Smooth planed lumber shall be sanded thoroughly to break the "mill glaze". E. Existing and Previously Painted Surfaces 1. Cleaning: Clean all surfaces to remove dirt, oil, grease, wax, mildew, rust, water soluble materials, and other contaminating substances. All surfaces shall be washed with a mild detergent solution and clean water rinse and dry before painting. 2. Scraping and Stripping: Scrape or strip off all loose, peeling, or scaling existing paint; sand thoroughly to feather edges smooth with adjacent surfaces; and spot prime. 3. Glossy surfaces: Dull glossy surfaces by sanding to ensure proper paint adhesion. Do not use liquid deglossers. 4. Repair and Patching: Repair holes, cracks, and blemished areas with appropriate patching compound; sand flush with adjacent surfaces; and then spot prime. 5. Stains and Marks: Wash all surfaces that have bee defaced with marking pens, crayons, or lipsticks with solvents and then sealed to control residual bleeding. Seal water stains. 3.4 APPLICATION A. Mixing: Thoroughly mix coatings by hand or mechanical means before using. Let mechanically agitated latex container stand for an hour or until the air bubbles are no longer visible, whichever is longer. Stir coatings before and occasionally during use. Intermix contents of multiple containers of each color to avoid color differences. Thinning must be approved by the Architect and in accordance with the manufacturer's directions. B. Workmanship: All materials shall be applied free from runs, sags, wrinkles, streaks, shiners, and brush marks. Apply all materials uniformly. Maintain clean, sharp edges at boundaries between different colors and materials. Painting 09.90.00-5 Stevens Estate Window Replacement Kang Associates, Inc. - , North Andover, MA September 19, 2012 C. First Coats: Apply first coat shortly after surface preparation to prevent contamination of the substrate. D. Finishes: Final finishes shall be uniform and match approved verification and in-place samples. Finish top and bottoms of doors in the same manner as door facings. Do not cover Underwriters Label on doors and frames. E. Unpainted Surfaces: Previously unpainted surfaces shall receive a minimum of 1 prime coat and 2 finish coats. Apply additional finish coats as required to achieve proper coverage. F. Factory Primed Surfaces: Factory primed surfaces shall be spot primed as required and receive a minimum of 2 finish coats. In the case of existing deep colors, primers shall be applied completely over entire surface. Apply additional finish coats as required to achieve proper coverage. G. Previously Painted Surfaces: Previously painted surfaces shall be spot primed as required and receive a minimum of 2 finish coats. In the case of existing deep colors, primers shall be applied completely over entire surface. Apply additional finish coats as required to achieve proper coverage. H. Transparent Wood Finish: Stir thoroughly and apply as received in the factory sealed container with a good quality synthetic or bristle brush, a short nap roller, or an application pad. Allow first coat to dry overnight and then sand lightly, rubbing with the wood grain, before applying second coat. 3.5 ADJUSTING AND CLEANING A. Restoration: Re -install and re -position items previously removed and stored for safety and protection. B. Touch up: Touch up damaged coatings without showing evidence of repair. C. Cleaning: Clean finished surfaces and remove all splatters from adjacent work. D. Remove all drop cloths and maskings, equipment and materials, and debris. Re -clean and touch-up as necessary immediately before final acceptance. 3.6 SCHEDULE OF COATING MATERIALS A. Transparent Finished Stained Wood 1. Low -Lustre Polyurethane System: a. Primer: Moore's Interior Wood Finishes Penetrating Stain (241) b. Finish: Benwood Polyurethane Finish (435) B. Interior Painted Wood 1. Semi -Gloss Vinyl Acrylic Latex System: a. Primer: Latex Enamel Underbody (345). b. Finish: Regal AquaGlo (333). Painting 09.90.00-6 Stevens Estate Window Replacement North Andover, MA C. Exterior Painted Wood Kang Associates, Inc. September 19, 2012 1. Soft Gloss Alkyd/Acrylic Latex System: a. Primer: Moorwhite Primer (100). b. Finish: MoorGlo Latex House & Trim Paint (096). D. Exterior Ferrous Metals 1. Semi -Gloss Epoxy/Polyurethane System: a. Primer: Tnemic Series 161 Tneme-Fascure. b. Finish: Tnemic Series 73 Endura -Shield. END OF SECTION AND DIVISION 09 Painting 09.90.00-7 Distributed by P.O. Box 51 Groton, MA 01450 Phone (978) 888-3350 Fax (978) 449-0469 www.biddocsonline.com © Copyright 2012, BidDocs ONLINE Inc. All rights reserved Awarding Authority: THE COMMONWEALTH OF MASSACHUSETTS st EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT Contract Number: DEPARTMENT OF LABOR STANDARDS City/Town: Prevailing Wage Rates DEVALL. PATRICK GovernorsecrMw As determined by the Director under the provisions of the JOANNE F. G LDSTEIN TIMOTHY P MURRAY LL GOVemor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover $30.34 $30.64 $8.91 $9.07 Contract Number: 0.00 0.00 City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a $17.67 town -owned historical building $109.79 PILE DRIVER LOCAL 56 (ZONE 1) Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate $85.47 $9.80 $17.67 Unemployment Construction 08/01/2014 $88.62 (2 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.15 $8.91 $7.27 0.00 $46.33 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 08/01/2015 $91.77 $9.80 12/01/2012 $30.45 $8.91 $8.00 0.00 $47.36 (3 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.22 $8.91 $7.27 0.00 $46.40 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/201.2 $30.52 $8.91 $8.00 0.00 $47.43 (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 08/01/2012 12/01/2012 $30.34 $30.64 $8.91 $9.07 $7.27 $8.00 0.00 0.00 $46.52 $47.71 ADS/SUBMERSIBLE PILOT 08/01/2012 $82.32 $9.80 $17.67 0.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $85.47 $9.80 $17.67 0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 0.00 $119.24 AIR TRACK OPERATOR 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 LABORERS - ZONE 2 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 For apprentice rates see "Apprentice- LABORER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 1 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street THE COMMONWEALTH OF MASSACHUSETTS $39.84 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $12.65 DEPARTMENT OF LABOR STANDARDS $62.49 Prevailing Wage Rates DEVALL. PATRICK rn Goveor As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN TIMOTHY P MURRAY Lt Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 06/01/2013 $41.24 $10.00 $12.65 Unemployment $63.89 ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 06/01/2012 $28.48 $10.40 $5.95 0.00 $44.83 ASBESTOS WORKERS LOCAL 6 (BOSTON) BACKHOE/FRONT-END LOADER 12/01/2012 $29.08 $10.40 $5.95 0.00 $45.43 OPERATING ENGINEERS LOCAL 4 06/01/2013 $29.88 $10.40 $5.95 0.00 $46.23 12/01/2013 $30.68 $10.40 $5.95 0.00 $47.03 06/01/2014 $31.58 $10.40 $5.95 0.00 $47.93 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 12/01/2014 $32.48 $10.40 $5.95 0.00 $48.83 06/01/2015 $33.43 $10.40 $5.95 0.00 $49.78 12/01/2015 $34.38 $10.40 $5.95 0.00 $50.73 ASPHALT RAKER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ASPHALT/CONCRETE/CRUSHER PLANT -ON SITE 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 2 of 68 THE COMMONWEALTH OF MASSACHUSETTS st EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. OLDSTEIN mo Gover TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LI. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 12/01/2012 $30.35 $7.10 $11.55 Unemployment $49.00 BARCO-TYPE JUMPING TAMPER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 For apprentice rates see "Apprentice- LABORER" 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 BOILER MAKER 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 BOILERMAKERS LOCAL 29 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 LABORERS - ZONE 2 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 For apprentice rates see "Apprentice- LABORER" BOILER MAKER 01/01/2010 $37.70 $6.97 $11.18 0.00 $55.85 BOILERMAKERS LOCAL 29 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 3 of 68 st DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN sectmw Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. Rowe Diteetor Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street Apprentice - BOILERMAKER - Local 29 Effective Date - 01/01/2010 Step percent 1 65 2 65 3 70 4 75 5 80 6 85 7 90 8 95 Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate $24.51 $6.97 11.18 $0.00 $42.66 $24.51 $6.97 11.18 $0.00 $42.66 $26.39 $6.97 11.18 $0.00 $44.54 $28.28 $6.97 11.18 $0.00 $46.43 $30.16 $6.97 11.18 $0.00 $48.31 $32.05 $6.97 11.18 $0.00 $50.20 $33.93 $6.97 11.18 $0.00 $52.08 $35.82 $6.97 11.18 $0.00 $53.97 --._._._.-...__._......_.-_.._.--------------- ((Notes: I `.__ ------__.__.-_._._-_...-_.._.._--._...-- Apprentice to Journeyworker Ratio: 1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (LYNN) 08/01/2012 $47.41 $10.18 $17.25 0.00 $74.84 02/01/2013 $47.99 $10.18 $17.25 0.00 $75.42 08/01/2013 $48.89 $10.18 $17.32 0.00 $76.39 02/01/2014 $49.45 $10.18 $17.32 0.00 $76.95 08/01/2014 $50.35 $10.18 $17.39 0.00 $77.92 02/01/2015 $50.91 $10.18 $17.39 0.00 $78.48 08/01/2015 $51.81 $10.18 $17.46 0.00 $79.45 02/01/2016 $52.38 $10.18 $17.46 0.00 $80.02 08/01/2016 $53.28 $10.18 $17.54 0.00 $81.00 02/01/2017 $53.85 $10.18 $17.54 0.00 $81.57 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 4 of 68 Atx THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $0.00 DEPARTMENT OF LABOR STANDARDS Effective Date Base Wage Prevailing Wage Rates DEVAL L. PATRICK Governor As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN y p secretan TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $24.00 $10.18 17.25 $0.00 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 17.25 $0.00 $56.22 3 70 Unemplovment Apprentice- BRICKIPLASTER/CEMENT MASON -Local 3 Lynn 17.25 $0.00 $61.02 Effective Date - 08/01/2012 $38.39 $10.18 17.25 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.71 $10.18 17.25 $0.00 $51.14 2 60 $28.45 $10.18 17.25 $0.00 $55.88 3 70 $33.19 $10.18 17.25 $0.00 $60.62 4 80 $37.93 $10.18 17.25 $0.00 $65.36 5 90 $42.67 $10.18 17.25 $0.00 $70.10 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.00 $10.18 17.25 $0.00 $51.43 2 60 $28.79 $10.18 17.25 $0.00 $56.22 3 70 $33.59 $10.18 17.25 $0.00 $61.02 4 80 $38.39 $10.18 17.25 $0.00 $65.82 5 90 $43.19 $10.18 17.25 $0.00 $70.62 Notes: Apprentice to Journeyworker Ratio: 1:5 BULLDOZER/GRADER/SCRAPER OPERATING ENGINEERS LOCAL a For apprentice rates see "Apprentice- OPERATING ENGINEERS" CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATIONAND MARINE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 12/01/2011 $32.80 $7.10 $12.60 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $52.50 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 5 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension supplemental Total Rate Unemployment CAISSON & UNDERPINNING LABORER 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 LABORERS - FOUNDATIONAND MARINE CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE CARBIDE CORE DRILL OPERATOR LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 06/01/2012 THE COMMONWEALTH OF MASSACHUSETTS u EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 0.00 DEPARTMENT OF LABOR STANDARDS 12/01/2012 Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secreta, 06/01/2013 Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P MURRAY LL Gmertpr HEATHER E. RowE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension supplemental Total Rate Unemployment CAISSON & UNDERPINNING LABORER 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 LABORERS - FOUNDATIONAND MARINE CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE CARBIDE CORE DRILL OPERATOR LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 03/01/2012 $33.03 $9.80 $15.61 0.00 $58.44 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 6 of 68 THE COMMONWEALTH OF MASSACHUSETTS kv EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretaq. TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Governor Dirwor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Apprentice - CARPENTER - Zone 2 Eastern MA Effective Date - 03/01/2012 Step percent Apprentice Base Wage Health Health Pension Pension Supplemental Unemployment Supplemental Unemployment Total Rate Total Rate 1 50 $16.52 $9.80 1.57 $0.00 $27.89 2 60 $19.82 $9.80 1.57 $0.00 $31.19 3 70 $23.12 $9.80 10.90 $0.00 $43.82 4 75 $24.77 $9.80 10.90 $0.00 $45.47 5 80 $26.42 $9.80 12.47 $0.00 $48.69 6 80 $26.42 $9.80 12.47 $0.00 $48.69 7 90 $29.73 $9.80 14.04 $0.00 $53.57 8 90 $29.73 $9.80 14.04 $0.00 $53.57 ---------------------------- Notes: I __ - ___----.._. Apprentice to Journeyworker Ratio:l:5 ------`_._......_..--_.`. CEMENT MASONRY/PLASTERING 08/01/2012 $42.42 $10.50 $18.61 1.30 $72.83 BRICKLAYERS LOCAL 3 (LYNN) 02/01/2013 $42.87 $10.50 $18.61 1.30 $73.28 08/01/2013 $43.62 $10.50 $18.61 1.30 $74.03 02/01/2014 $44.05 $10.50 $18.61 1.30 $74.46 08/01/2014 $44.80 $10.50 $18.61 1.30 $75.21 02/01/2015 $45.23 $10.50 $18.61 1.30 $75.64 08/01/2015 $45.98 $10.50 $18.61 1.30 $76.39 02/01/2016 $46.43 $10.50 $18.61 1.30 $76.84 08/01/2016 $47.18 $10.50 $18.61 1.30 $77.59 02/01/2017 $47.63 $10.50 $18.61 1.30 $78.04 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 7 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Classification Prevailing Wage Rates DEVAL L. PATRICK Gm,emorsecntm As determined by the Director under the provisions of the JOANNE F. OLDSTEIN TIMOTHY P HURRAY Lt. Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- CEMENT MASONRY/PLASTERING -Eastern Mass Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.21 $10.50 12.11 $1.30 $45.12 2 60 $25.45 $10.50 13.61 $1.30 $50.86 3 65 $27.57 $10.50 14.61 $1.30 $53.98 4 70 $29.69 $10.50 15.61 $1.30 $57.10 5 75 $31.82 $10.50 16.61 $1.30 $60.23 6 80 $33.94 $10.50 17.61 $1.30 $63.35 7 90 $38.18 $10.50 18.61 $1.30 $68.59 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.44 $10.50 12.11 $1.30 $45.35 2 60 $25.72 $10.50 13.61 $1.30 $51.13 3 65 $27.87 $10.50 14.61 $1.30 $54.28 4 70 $30.01 $10.50 15.61 $1.30 $57.42 5 75 $32.15 $10.50 16.61 $1.30 $60.56 6 80 $34.30 $10.50 17.61 $1.30 $63.71 7 90 $38.58 $10.50 18.61 $1.30 $68.99 --------------------------------------, (Notes: j Steps are 6000 hours 1 Apprentice to Journeyworker Ratio:1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 1.49, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 8 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street 06/01/2012 $40.84 $10.00 $12.65 0.00 $63.49 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 06/01/2013 $42.24 $10.00 $12.65 Unemployment $64.89 CHAIN SAW OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 COMPRESSOR OPERATOR 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 OPERATING ENGINEERS LOCAL 4 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" CLAM SHELLS/SLURRY BUCKETS/BEADING MACHINES 06/01/2012 $40.84 $10.00 $12.65 0.00 $63.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $41.46 $10.00 $12.65 0.00 $64.11 06/01/2013 $42.24 $10.00 $12.65 0.00 $64.89 12/01/2013 $43.02 $10.00 $12.65 0.00 $65.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 OPERATING ENGINEERS LOCAL 4 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 07/01/2012 $44.51 $7.80 $15.10 0.00 01/01/2013 $45.01 $7.80 $15.60 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $67.41 $68.41 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 9 of 68 .4 ZIN THE COMMONWEALTH OF MASSACHUSETTS $7.80 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $0.00 DEPARTMENT OF LABOR STANDARDS 2 55 Prevailing Wage Rates DEVAL L. PATRICK Governor As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Y p Secretary $0.00 Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY LL Govemor HEATHER E. ROWE Direclor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGESITANKS Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 0.00 $0.00 $30.06 2 55 $24.48 $7.80 3.38 $0.00 $35.66 3 60 $26.71 $7.80 3.69 $0.00 $38.20 4 65 $28.93 $7.80 4.00 $0.00 $40.73 5 70 $31.16 $7.80 13.26 $0.00 $52.22 6 75 $33.38 $7.80 13.56 $0.00 $54.74 7 80 $35.61 $7.80 13.87 $0.00 $57.28 8 90 $40.06 $7.80 14.49 $0.00 $62.35 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.51 $7.80 0.00 $0.00 $30.31 2 55 $24.76 $7.80 3.52 $0.00 $36.08 3 60 $27.01 $7.80 3.84 $0.00 $38.65 4 65 $29.26 $7.80 4.16 $0.00 $41.22 5 70 $31.51 $7.80 13.68 $0.00 $52.99 6 75 $33.76 $7.80 14.00 $0.00 $55.56 7 80 $36.01 $7.80 14.32 $0.00 $58.13 8 90 $40.51 $7.80 14.96 $0.00 $63.27 ----------------------- _._.----_.------, INotes: ` Steps are 750 hrs. I TiceApprentto Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 10 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Co,-, Y P secmtaq TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H 14EATHER E. ROWE Lt. Goccnwr Direotor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street 12/01/2011 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $12.45 Unemployment DEMO: ADZEMAN 12/01/2011 $31.80 $7.10 $12.45 0.00 $51.35 LABORERS - 70NE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMER OPERATOR 12/01/2011 $32.80 $7.10 $12.45 0.00 $52.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BURNERS 12/01/2011 $32.55 $7.10 $12.45 0.00 $52.10 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: CONCRETE CUTTER/SAWYER 12/01/2011 $32.80 $7.10 $12.45 0.00 $52.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: JACKHAMMER OPERATOR 12/01/2011 $32.55 $7.10 $12.45 0.00 $52.10 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER 12/01/2011 $31.80 $7.10 $12.45 0.00 $51.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERA77NG ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER 08/01/2012 $54.88 $9.80 $17.67 0.00 $82.35 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 0.00 $88.65 DIVER TENDER 08/01/2012 $54.88 $9.80 $17.67 0.00 $82.35 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 0.00 $88.65 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 11 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the IOANNE�F. G LDSTEM Governor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment $43.52 DIVER TENDER (EFFLUENT) 08/01/2012 $58.80 $9.80 $17.67 0.00 $86.27 PILE DRIVER LOCAL 56 (ZONE 1) 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 08/01/2013 $61.05 $9.80 $17.67 0.00 $88.52 $72.82 08/01/2014 $63.30 $9.80 $17.67 0.00 $90.77 09/01/2015 08/01/2015 $65.55 $9.80 $17.67 0.00 $93.02 DIVER/SLURRY (EFFLUENT) 08/01/2012 $82.32 $9.80 $17.67 0.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $85.47 $9.80 $17.67 0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 0.00 $119.24 ELECTRICIAN 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 12 of 68 THE COMMONWEALTH OF MASSACHUSETTS s; EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor �' Secretan nmoTTiv P. muRRAr Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ELECTRICIAN- Local 103 Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.12 $13.00 0.51 $0.00 $30.63 2 40 $17.12 $13.00 0.51 $0.00 $30.63 3 45 $19.26 $13.00 10.52 $0.00 $42.78 4 45 $19.26 $13.00 10.52 $0.00 $42.78 5 50 $21.41 $13.00 10.84 $0.00 $45.25 6 55 $23.55 $13.00 11.18 $0.00 $47.73 7 60 $25.69 $13.00 11.50 $0.00 $50.19 8 65 $27.83 $13.00 11.84 $0.00 $52.67 9 70 $29.97 $13.00 12.16 $0.00 $55.13 10 75 $32.11 $13.00 12.49 $0.00 $57.60 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.41 $13.00 0.52 $0.00 $30.93 2 40 $17.41 $13.00 0.52 $0.00 $30.93 3 45 $19.58 $13.00 10.53 $0.00 $43.11 4 45 $19.58 $13.00 10.53 $0.00 $43.11 5 50 $21.76 $13.00 10.85 $0.00 $45.61 6 55 $23.94 $13.00 11.19 $0.00 $48.13 7 60 $26.11 $13.00 11.51 $0.00 $50.62 8 65 $28.29 $13.00 11.85 $0.00 $53.14 9 70 $30.46 $13.00 12.17 $0.00 $55.63 10 75 $32.64 $13.00 12.51 $0.00 $58.15 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at w-Aw.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 13 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment - - - - - - - - - - - - - - - - - - - - - - - - - - - - -, Notes:: I App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 ( ---------------------------- Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR 01/01/2012 $52.45 $8.78 $6.96 0.00 $68.19 ELEVATOR CONSTRUCTORS LOCAL 4 Apprentice- ELEVATOR CONSTRUCTOR THE COMMONWEALTH OF MASSACHUSETTS ft EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Effective Date - 01/01/2012 Prevailing Wage Rates DEVAL L. PATRICK Governor As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN 4 TIMOTHY P. MURRAY LI. Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment - - - - - - - - - - - - - - - - - - - - - - - - - - - - -, Notes:: I App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 ( ---------------------------- Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR 01/01/2012 $52.45 $8.78 $6.96 0.00 $68.19 ELEVATOR CONSTRUCTORS LOCAL 4 Apprentice- ELEVATOR CONSTRUCTOR -Local 4 Effective Date - 01/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.23 $8.78 0.00 $0.00 $35.01 2 55 $28.85 $8.78 6.96 $0.00 $44.59 3 65 $34.09 $8.78 6.96 $0.00 $49.83 4 70 $36.72 $8.78 6.96 $0.00 $52.46 5 80 $41.96 $8.78 6.96 $0.00 $57.70 ------------------.----_... --_ --_.. -- Notes: I Steps 1-2 are 6 mos.; Steps 3-5 are 1 year ---------------------- Apprentice to Journeyworker Ratio:l:l ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2012 $38.59 $8.78 $6.96 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $54.33 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 14 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govewr y P Secretary .rmtOMY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $37.90 $10.00 $12.40 0.00 $60.30 OPERATING ENGINEERS LOCAL 4 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $10.00 $12.40 0.00 $60.91 05/01/2013 Unemployment $10.00 FENCE & GUARD RAIL ERECTOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 $62.28 05/01/2014 $40.65 $10.00 $12.40 0.00 $63.05 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 05/01/2012 $37.90 $10.00 $12.40 0.00 $60.30 OPERATING ENGINEERS LOCAL 4 $21.43 $10.00 $12.40 0.00 $43.83 11/01/2012 $38.51 $10.00 $12.40 0.00 $60.91 05/01/2013 $39.12 $10.00 $12.40 0.00 $61.52 11/01/2013 $39.88 $10.00 $12.40 0.00 $62.28 05/01/2014 $40.65 $10.00 $12.40 0.00 $63.05 FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 05/01/2012 $39.29 $10.00 $12.40 0.00 $61.69 OPERATING ENGINEERS LOCAL 4 $21.43 $10.00 $12.40 0.00 $43.83 11/01/2012 $39.91 $10.00 $1.2.40 0.00 $62.31 05/01/2013 $40.53 $10.00 $12.40 0.00 $62.93 11/01/2013 $41.30 $10.00 $12.40 0.00 $63.70 05/01/2014 $42.07 $10.00 $12.40 0.00 $64.47 FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 05/01/2012 $21.07 $10.00 $12.40 0.00 $43.47 11/01/2012 $21.43 $10.00 $12.40 0.00 $43.83 05/01/2013 $21.79 $10.00 $12.40 0.00 $44.19 11/01/2013 $22.25 $10.00 $12.40 0.00 $44.65 05/01/2014 $22.70 $10.00 $12.40 0.00 $45.10 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 15 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street THE COMMONWEALTH OF MASSACHUSETTS 16 IN EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 0.00 DEPARTMENT OF LABOR STANDARDS 03/01/2013 Prevailing Wage Rates DEVALL. PATRICK Govemor Asdetermined by the Director under the provisions of the JOANNE F. GOLDSTEIN TIMOTHY P MURRAY Lt. Govemor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHERE. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $32.11 $13.00 $12.49 0.00 $57.60 03/01/2013 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $13.00 $12.52 0.00 $58.67 03/01/2014 Unemployment $13.00 FIRE ALARM INSTALLER 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 03/01/2016 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN" FIRE ALARM REPAIR / MAINTENANCE l COMMISSIONINGELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 09/01/2012 $32.11 $13.00 $12.49 0.00 $57.60 03/01/2013 $32.64 $13.00 $12.51 0.00 $58.15 09/01/2013 $33.15 $13.00 $12.52 0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 0.00 $61.79 06/01/2012 $33.45 $10.00 $12.65 0.00 $56.10 12/01/2012 $33.98 $10.00 $12.65 0.00 $56.63 06/01/2013 $34.63 $10.00 $12.65 0.00 $57.28 12/01/2013 $35.29 $10.00 $12.65 0.00 $57.94 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 16 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Governor TTMoTm P. muRRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATTER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FLAGGER& SIGNALER 06/01/2012 $20.50 $7.10 $11.55 0.00 $39.15 LABORERS - ZONE 2 12/01/2012 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2013 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2013 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2014 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2014 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2015 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2015 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2016 $20.50 $7.1.0 $11.55 0.00 $39.15 12/01/2016 $20.50 $7.10 $11.55 0.00 $39.15 For apprentice rates see "Apprentice- LABORER" FLOORCOVERER 03/01/2012 $37.20 $9.80 $16.61 0.00 $63.61 FLOORCOVERERS LOCAL 2168 ZONE 1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 17 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN co,emor As determined by the Director under the provisions of the Secretary TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Goremor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Apprentice - FLOORCOVERER - Local 2168 Zone I Effective Date - 03/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.60 $9.80 1.79 $0.00 $30.19 2 55 $20.46 $9.80 1.79 $0.00 $32.05 3 60 $22.32 $9.80 11.24 $0.00 $43.36 4 65 $24.18 $9.80 11.24 $0.00 $45.22 5 70 $26.04 $9.80 13.03 $0.00 $48.87 6 75 $27.90 $9.80 13.03 $0.00 $50.73 7 80 $29.76 $9.80 14.82 $0.00 $54.38 8 85 $31.62 $9.80 14.82 $0.00 $56.24 ----------------------------- Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:l:l FORK LIFT/CHERRY PICKER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/BEATERS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 18 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT W) DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Govenmr TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Govcm, Dimaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR 07/01/2012 $34.51 $7.80 $14.60 0.00 $56.91 SYSTEMS) GLAZIERS LOCAL 35 (ZONE 2) 01/01/2013 $35.51 $7.80 $14.60 0.00 $57.91 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 19 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Apprentice - GLAZIER - Local 35 Zone 2 Effective Date - 07/01/2012 Step percent THE COMMONWEALTH OF MASSACHUSETTS >Y EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 1 50 DEPARTMENT OF LABOR STANDARDS $7.80 Prevailing Wage Rates DEVAL L. PATRICK Governor As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN TIMOTHY P MURRAY LL Goven or Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Apprentice - GLAZIER - Local 35 Zone 2 Effective Date - 07/01/2012 Step percent Effective Date Base Wage Apprentice Base Wage Health Health Pension Pension Supplemental Total Rate Unemplovment Supplemental Unemployment Total Rate 1 50 $17.26 $7.80 0.00 $0.00 $25.06 2 55 $18.98 $7.80 3.25 $0.00 $30.03 3 60 $20.71 $7.80 3.54 $0.00 $32.05 4 65 $22.43 $7.80 3.84 $0.00 $34.07 5 70 $24.16 $7.80 12.83 $0.00 $44.79 6 75 $25.88 $7.80 13.13 $0.00 $46.81 7 80 $27.61 $7.80 13.42 $0.00 $48.83 8 90 $31.06 $7.80 14.01 $0.00 $52.87 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.76 $7.80 0.00 $0.00 $25.56 2 55 $19.53 $7.80 3.25 $0.00 $30.58 3 60 $21.31 $7.80 3.54 $0.00 $32.65 4 65 $23.08 $7.80 3.84 $0.00 $34.72 5 70 $24.86 $7.80 12.83 $0.00 $45.49 6 75 $26.63 $7.80 13.13 $0.00 $47.56 7 80 $28.41 $7.80 13.42 $0.00 $49.63 8 90 $31.96 $7.80 14.01 $0.00 $53.77 ----__._--.-------_.._.--__..__.___..------------__,, !Notes: + Steps are 750 hrs. i A_ -.-.__._.._._.-----. -- --------.. -- Apprentice to Journeyworker Ratio:l:l This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 20 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Effective Date Base Wage Prevailing Wage Rates Pension DEVAL L. PATRICK Govemor As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN r7 TIMOTHY P MUPRAY Lt Govemor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HOISTING ENGINEER/CRANES/GRADALLS 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 21 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: THE COMMONWEALTH OF MASSACHUSETTS $22.25 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 0.00 DEPARTMENT OF LABOR STANDARDS $32.25 Prevailing Wage Rates DEVAL L. PATRICK Governor As determined b the Directordthe provisions of the JOANNE F. GOLDSTEIN )' under Secreiary TTMOTF-IY P MURRAY LL Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Direaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $22.25 $10.00 0.00 $0.00 $32.25 Classification 60 Effective Date Base Wage Health Pension Supplemental Total Rate $46.93 3 65 $26.30 $10.00 Unemployment Apprentice- OPERATING ENGINEERS -Local 4 4 70 $28.32 $10.00 Effective Date - 06/01/2012 $0.00 $50.97 5 Supplemental $30.35 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $21.91 $10.00 0.00 $0.00 $31.91 2 60 $23.90 $10.00 12.65 $0.00 $46.55 3 65 $25.90 $10.00 12.65 $0.00 $48.55 4 70 $27.89 $10.00 12.65 $0.00 $50.54 5 75 $29.88 $10.00 12.65 $0.00 $52.53 6 80 $31.87 $10.00 12.65 $0.00 $54.52 7 85 $33.86 $10.00 12.65 $0.00 $56.51 8 90 $35.86 $10.00 12.65 $0.00 $58.51 Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.25 $10.00 0.00 $0.00 $32.25 2 60 $24.28 $10.00 12.65 $0.00 $46.93 3 65 $26.30 $10.00 12.65 $0.00 $48.95 4 70 $28.32 $10.00 12.65 $0.00 $50.97 5 75 $30.35 $10.00 12.65 $0.00 $53.00 6 80 $32.37 $10.00 12.65 $0.00 $55.02 7 85 $34.39 $10.00 12.65 $0.00 $57.04 8 90 $36.41 $10.00 12.65 $0.00 $59.06 Notes: Apprentice to Journeyworker Ratio:1:6 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 22 of 68 THE COMMONWEALTH OF MASSACHUSETTS tr EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE S cGOLDSTEIN Govc ror TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Direaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HVAC (DUCTWORK) 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17-A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' HVAC (TESTING AND BALANCING - AIR) 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) PIPEF17TERS LOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC PIPEFI7TF.RS LOCAL 537 (1 oca1138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 09/01/2012 $45.76 $8.75 $12.39 0.00 03/01/2013 $47.01 $8.75 $12.39 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $66.90 $68.15 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 23 of 68 THE COMMONWEALTH OF MASSACHUSETTS IL EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determinedby the Director under the provisions of the JOANNE F. mo Gover 0' TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Direalor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $41.46 $10.65 $11.50 0.00 $63.61 09/01/2013 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $10.65 $11.50 0.00 $67.21 Unemployment HYDRAULIC DRILLS 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 LABORERS - ZONE 2 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $1.1.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 For apprentice rates see "Apprentice- LABORER" INSULATOR (PIPES & TANKS) ASBESTOS WORKERS LOCAL 6 (BOSTON) 09/01/2012 $41.46 $10.65 $11.50 0.00 $63.61 09/01/2013 $43.06 $10.65 $11.50 0.00 $65.21 09/01/2014 $45.06 $10.65 $11.50 0.00 $67.21 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 24 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ASBESTOS INSULATOR (Pipes & Tanks) -Local 6 Boston Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $0.00 DEPARTMENT OF LABOR STANDARDS 2 60 Prevailing Wage Rates DEVAL L. PATRICK Governor As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN y i� Secretary TIMOTHY P. MURRAY Lt. Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ASBESTOS INSULATOR (Pipes & Tanks) -Local 6 Boston Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.73 $10.65 8.60 $0.00 $39.98 2 60 $24.88 $10.65 9.18 $0.00 $44.71 3 70 $29.02 $10.65 9.76 $0.00 $49.43 4 80 $33.17 $10.65 10.34 $0.00 $54.16 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.53 $10.65 8.60 $0.00 $40.78 2 60 $25.84 $10.65 9.18 $0.00 $45.67 3 70 $30.14 $10.65 9.76 $0.00 $50.55 4 80 $34.45 $10.65 10.34 $0.00 $55.44 ___----------------------------.__.., (Notes: Steps are l year Apprentice to Journeyworker Ratio: 1:4 IRONWORKER/WELDER IRONWORKERS LOCAL 7 (LAWRENCE AREA) 04/02/2012 $33.58 $7.70 $1.8.35 0.00 $59.63 09/16/2012 $34.58 $7.70 $18.35 0.00 $60.63 03/16/2013 $35.83 $7.70 $18.35 0.00 $61.88 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS atwww.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 25 of 68 =moi 6 sk DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. G LDSTEIN secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- IRONWORKER -Local 7 Lawrence Effective Date - 04/02/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $20.15 $7.70 18.35 $0.00 $46.20 2 70 $23.51 $7.70 18.35 $0.00 $49.56 3 75 $25.19 $7.70 18.35 $0.00 $51.24 4 80 $26.86 $7.70 18.35 $0.00 $52.91 5 85 $28.54 $7.70 18.35 $0.00 $54.59 6 90 $30.22 $7.70 18.35 $0.00 $56.27 Effective Date - 09/16/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $20.75 $7.70 18.35 $0.00 $46.80 2 70 $24.21 $7.70 18.35 $0.00 $50.26 3 75 $25.94 $7.70 18.35 $0.00 $51.99 4 80 $27.66 $7.70 18.35 $0.00 $53.71 5 85 $29.39 $7.70 18.35 $0.00 $55.44 6 90 $31.12 $7.70 18.35 $0.00 $57.17 -----.__--.__------------_...__...._.--------.._ -.__. Notes: I Structural 1:6; Ornamental 1:4 _ _ _ _ _ Apprentice to Journeyworker Ratio: This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 26 of 68 THE COMMONWEALTH OF MASSACHUSETTS tk EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN GovernorSecmtary TTMoTTIY P. muRRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H IIEATBER E. ROWE Lt. Governor Direclor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $48.25 06/01/2013 Unemployment $7.10 JACKHAMMER & PAVING BREAKER OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2015 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 $32.60 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 $7.10 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 $11.55 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" LABORER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 27 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Apprentice - LABORER - Zone 2 Effective Date - 06/01/2012 Step percent THE COMMONWEALTH OF MASSACHUSETTS Health Pension EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 1 60 DEPARTMENT OF LABOR STANDARDS $7.10 Prevailing Wage Rates DEVALL. PATRICKJOANNE As determined by the Director under the provisions of the F. GOLDSTEIN Govevmr s«rmr,. TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Gocemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Apprentice - LABORER - Zone 2 Effective Date - 06/01/2012 Step percent Effective Date Base Wage Apprentice Base Wage Health Health Pension Pension Supplemental Total Rate Unemployment Supplemental Unemployment Total Rate 1 60 $17.61 $7.10 11.55 $0.00 $36.26 2 70 $20.55 $7.10 11.55 $0.00 $39.20 3 80 $23.48 $7.10 11.55 $0.00 $42.13 4 90 $26.42 $7.10 11.55 $0.00 $45.07 Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $17.76 $7.10 11.55 $0.00 $36.41 2 70 $20.72 $7.10 11.55 $0.00 $39.37 3 80 $23.68 $7.10 11.55 $0.00 $42.33 4 90 $26.64 $7.10 11.55 $0.00 $45.29 - - - - - - - - - - (Notes: - - - - - - - - - -- - - - - - - - - - '---- Apprentice to Journeyworker Ratio:l:5 ------�----------_ ------ This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 28 of 68 THE COMMONWEALTH OF MASSACHUSETTS kv EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $48.75 12/01/2013 Unemployment $7.10 LABORER: CARPENTER TENDER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2015 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 $33.10 12/01/2013 $30.60 $7.1.0 $11.55 0.00 $49.25 $7.10 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 For apprentice rates see "Apprentice- LABORER" LABORER: CEMENT FINISHER TENDER LABORERS -ZONE2 For apprentice rates see "Apprentice- LABORER" LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2011 $29.35 $7.10 $11.55 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 1.49, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $48.00 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 29 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor Y P secretary TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lr Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $48.75 12/01/2013 Unemployment $7.10 LABORER: MASON TENDER 06/01/201.2 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 12/01/2015 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 $33.10 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 $7.10 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" LABORER: MULTI -TRADE TENDER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 30 of 68 414 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Gowrw, y p Secretary TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Goventor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $49.00 12/01/2013 Unemployment $7.10 LABORER: TREE REMOVER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2015 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 $33.35 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 $7.10 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 This classification applies to the wholesale removal of standing trees including all associated trimming of branches and limbs, and applies to the removal of branches at locations not on or around utility lines. For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 31 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Gu mor Sc m m TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment MARBLE & TILE FINISHERS 08/01/2012 $36.20 $10.18 $16.04 0.00 $62.42 BRICKLAYERS LOCAL 3 -MARBLE & TILE 02/01/2013 $36.67 $10.18 $16.04 0.00 $62.89 08/01/2013 $37.38 $10.18 $16.11 0.00 $63.67 02/01/2014 $37.83 $10.18 $16.11 0.00 $64.12 08/01/2014 $38.54 $10.18 $16.18 0.00 $64.90 02/01/2015 $38.99 $10.18 $16.18 0.00 $65.35 08/01/2015 $39.70 $10.18 $16.25 0.00 $66.13 02/01/2016 $40.15 $10.18 $16.25 0.00 $66.58 08/01/2016 $40.85 $10.18 $16.33 0.00 $67.36 02/01/2017 $41.31 $10.18 $16.33 0.00 $67.82 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 32 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. mo Gover TTMDTTTV P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATBER E. ROWE Ll Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - MARBLE & TILE FINISHER - Local 3 Marble & Tile Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.10 $10.18 16.04 $0.00 $44.32 2 60 $21.72 $10.18 16.04 $0.00 $47.94 3 70 $25.34 $10.18 16.04 $0.00 $51.56 4 80 $28.96 $10.18 16.04 $0.00 $55.18 5 90 $32.58 $10.18 16.04 $0.00 $58.80 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.34 $10.18 16.04 $0.00 $44.56 2 60 $22.00 $10.18 16.04 $0.00 $48.22 3 70 $25.67 $10.18 16.04 $0.00 $51.89 4 80 $29.34 $10.18 16.04 $0.00 $55.56 5 90 $33.00 $10.18 16.04 $0.00 $59.22 Notes: i Steps are 800 hrs. I Apprentice to Journeyworker Ratio: 1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 33 of 68 THE COMMONWEALTH OF MASSACHUSETTS si EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN As determined by the Director under the provisions of the secreta ry TIMOTHY P MURR Y Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment MARBLE MASONS,TILELAYERS & TERRAZZO MECH 08/01/2012 $47.45 $10.18 $17.25 0.00 $74.88 BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $48.03 $10.18 $17.25 0.00 $75.46 08/01/2013 $48.93 $10.18 $17.32 0.00 $76.43 02/01/2014 $49.49 $10.18 $17.32 0.00 $76.99 08/01/2014 $50.39 $10.18 $17.39 0.00 $77.96 02/01/2015 $50.95 $10.18 $17.39 0.00 $78.52 08/01/2015 $51.85 $10.18 $17.46 0.00 $79.49 02/01/2016 $52.42 $10.18 $17.46 0.00 $80.06 08/01/2016 $53.32 $10.18 $17.54 0.00 $81.04 02/01/2017 $53.89 $10.18 $17.54 0.00 $81.61 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 34 of 68 THE COMMONWEALTH OF MASSACHUSETTS �+ EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE LDSTEIN Govemor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. LL Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Apprentice- MARBLE -TILE -TERRAZZO MECHANIC -Local 3 Marble & Tile Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.73 $10.18 17.25 $0.00 $51.16 2 60 $28.47 $10.18 17.25 $0.00 $55.90 3 70 $33.22 $10.18 17.25 $0.00 $60.65 4 80 $37.96 $10.18 17.25 $0.00 $65.39 5 90 $42.71 $10.18 17.25 $0.00 $70.14 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.02 $10.18 17.25 $0.00 $51.45 2 60 $28.82 $10.18 17.25 $0.00 $56.25 3 70 $33.62 $10.18 17.25 $0.00 $61.05 4 80 $38.42 $10.18 17.25 $0.00 $65.85 5 90 $43.23 $10.18 17.25 $0.00 $70.66 -- -------._._._-.-.._------------- (Notes: --- ---.-, I Tice Apprento Journeyworker Ratio:l:3 I MECH. SWEEPER OPERATOR (ON CONST. SITES) 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $1.2.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 61.7-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 35 of 68 ILI THE COMMONWEALTH OF MASSACHUSETTS �+ EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $15.61 DEPARTMENT OF LABOR STANDARDS MILLWRIGHTS LOCAL 1121 - Zone 2 Prevailing Wage Rates DEVAL L. PATRICK Govt or JOANNE F. GOLDSTEIN As determined by the Director under the provisions of the Secrctar,. Health Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOM P MURRAY Lc Governor HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street 04/01/2011 $31.71 $8.67 $15.61 0.00 $55.99 MILLWRIGHTS LOCAL 1121 - Zone 2 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Effective Date - 04/01/2011 Unemployment MECHANICS MAINTENANCE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 Total Rate 1 50 $15.86 $8.67 11.64 $0.00 $36.17 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 3 60 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 $20.61 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MILLWRIGHT (Zone 2) 04/01/2011 $31.71 $8.67 $15.61 0.00 $55.99 MILLWRIGHTS LOCAL 1121 - Zone 2 Apprentice- MILLWRIGHT- Local 1121 Zone 2 Effective Date - 04/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $15.86 $8.67 11.64 $0.00 $36.17 2 55 $17.44 $8.67 11.64 $0.00 $37.75 3 60 $19.03 $8.67 13.23 $0.00 $40.93 4 65 $20.61 $8.67 13.23 $0.00 $42.51 5 70 $22.20 $8.67 14.02 $0.00 $44.89 6 75 $23.78 $8.67 14.02 $0.00 $46.47 7 80 $25.37 $8.67 14.82 $0.00 $48.86 8 85 $26.95 $8.67 14.82 $0.00 $50.44 _..-.._...-._..._ -----------------._._.--- Notes: ' ___ -----._._------------- Apprentice to Journeyworker Ratio: 1:5 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 61.7-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 36 of 68 Z, DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Secmtary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate MORTAR MIXER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS-ZONE2 $12.65 0.00 $48.12 12/01/2013 $25.96 $10.00 $12.65 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" OILER (OTHER THAN TRUCK CRANES,GRADALLS) 06/01/2012 $21.31 $10.00 $12.65 0.00 $43.96 OPERATING ENGINEERS LOCAL 4 12/01/2012 $21.65 $10.00 $12.65 0.00 $44.30 06/01/2013 $22.07 $10.00 $12.65 0.00 $44.72 12/01/2013 $22.49 $10.00 $12.65 0.00 $45.14 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS I1 OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PAINTER (BRIDGES/TANKS) PAINTERS LOCAL, 35 - ZONE 2 06/01/2012 $24.60 $10.00 $12.65 0.00 $47.25 12/01/2012 $24.99 $10.00 $12.65 0.00 $47.64 06/01/2013 $25.47 $10.00 $12.65 0.00 $48.12 12/01/2013 $25.96 $10.00 $12.65 0.00 $48.61 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 07/01/2012 $44.51 $7.80 $15.10 0.00 $67.41 01/01/2013 $45.01 $7.80 $15.60 0.00 $68.41 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 1.49, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 I Page 37 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Classification Prevailing Wage Rates DEVALL. PATRICK Govcroor As determined by the Director under the provisions of the JOANNE F.GLSTEIN secretary TIMOTHY p MURRAY Lr. Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Direaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 0.00 $0.00 $30.06 2 55 $24.48 $7.80 3.38 $0.00 $35.66 3 60 $26.71 $7.80 3.69 $0.00 $38.20 4 65 $28.93 $7.80 4.00 $0.00 $40.73 5 70 $31.16 $7.80 13.26 $0.00 $52.22 6 75 $33.38 $7.80 13.56 $0.00 $54.74 7 80 $35.61 $7.80 13.87 $0.00 $57.28 8 90 $40.06 $7.80 14.49 $0.00 $62.35 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.51 $7.80 0.00 $0.00 $30.31 2 55 $24.76 $7.80 3.52 $0.00 $36.08 3 60 $27.01 $7.80 3.84 $0.00 $38.65 4 65 $29.26 $7.80 4.16 $0.00 $41.22 5 70 $31.51 $7.80 13.68 $0.00 $52.99 6 75 $33.76 $7.80 14.00 $0.00 $55.56 7 80 $36.01 $7.80 14.32 $0.00 $58.13 8 90 $40.51 $7.80 14.96 $0.00 $63.27 -_..------. ---_..-.._.._.,------- (Notes: Steps are 750 hrs. - -----_.----..._..-.--- -----.-.- Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 38 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. DSTEIN Govemor TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt Govemor Dirmoor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (SPRAY OR SANDBLAST, NEW) * 07/01/2012 $35.41 $7.80 $15.10 0.00 $58.31 * If 30% or more of surfaces to be painted are new construction, 01/01/2013 $35.91 $7.80 $15.60 0.00 $59.31 NEW paint rate shall be used.PAINTEnS LOCAL 35 - ZONE 2 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 39 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN GovemorSecwtary TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2 - Spray/Sandblast -New Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.71 $7.80 0.00 $0.00 $25.51 2 55 $19.48 $7.80 3.38 $0.00 $30.66 3 60 $21.25 $7.80 3.69 $0.00 $32.74 4 65 $23.02 $7.80 4.00 $0.00 $34.82 5 70 $24.79 $7.80 13.26 $0.00 $45.85 6 75 $26.56 $7.80 13.56 $0.00 $47.92 7 80 $28.33 $7.80 13.87 $0.00 $50.00 8 90 $31.87 $7.80 14.49 $0.00 $54.16 Effective Date - 01/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $17.96 $7.80 0.00 $0.00 $25.76 2 55 $19.75 $7.80 3.52 $0.00 $31.07 3 60 $21.55 $7.80 3.84 $0.00 $33.19 4 65 $23.34 $7.80 4.16 $0.00 $35.30 5 70 $25.14 $7.80 13.68 $0.00 $46.62 6 75 $26.93 $7.80 14.00 $0.00 $48.73 7 80 $28.73 $7.80 14.32 $0.00 $50.85 8 90 $32.32 $7.80 14.96 $0.00 $55.08 ___...... ----------.---------...__._.---- Notes: ---------------------------- Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 40 of 68 THE COMMONWEALTH OF MASSACHUSETTS W EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govcmor Secrclary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. HURRAY HEATHER E. ROWS Lt. Governor DirWor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (SPRAY OR SANDBLAST, REPAINT) 07/01/2012 $33.47 $7.80 $15.10 0.00 $56.37 PAINTERS LOCAL 35 - ZONF. 2 01/01/2013 $33.97 $7.80 $15.60 0.00 $57.37 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 41 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 THE COMMONWEALTH OF MASSACHUSETTS si EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $0.00 DEPARTMENT OF LABOR STANDARDS 2 55 Prevailing Wage Rates DEVAL L. PATRICK Govemor As determined by the Director under the provisions of the JOANNE F. G LDSTEIN TIMOTHY P. MURRAY Ll Govemor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.74 $7.80 0.00 $0.00 $24.54 2 55 $18.41 $7.80 3.38 $0.00 $29.59 3 60 $20.08 $7.80 3.69 $0.00 $31.57 4 65 $21.76 $7.80 4.00 $0.00 $33.56 5 70 $23.43 $7.80 13.26 $0.00 $44.49 6 75 $25.10 $7.80 13.56 $0.00 $46.46 7 80 $26.78 $7.80 13.87 $0.00 $48.45 8 90 $30.12 $7.80 14.49 $0.00 $52.41 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.99 $7.80 0.00 $0.00 $24.79 2 55 $18.68 $7.80 3.52 $0.00 $30.00 3 60 $20.38 $7.80 3.84 $0.00 $32.02 4 65 $22.08 $7.80 4.16 $0.00 $34.04 5 70 $23.78 $7.80 13.68 $0.00 $45.26 6 75 $25.48 $7.80 14.00 $0.00 $47.28 7 80 $27.18 $7.80 14.32 $0.00 $49.30 8 90 $30.57 $7.80 14.96 $0.00 $53.33 ..-_..._.- ---------------._.....--_._. _......_...._.--- iNotes: I `- - ---_.._._---------- ---,_....- Apprentice to Journeyworker Ratio:l:l This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 42 of 68 DEVALL. PATRICK Governor TIMOTHY P. MURRAY LL Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. reOLDSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Dirwor Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street PAINTER (TRAFFIC MARKINGS) LABORERS - ZONE 2 For Apprentice rates see "Apprentice- LABORER" Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 PAINTER / TAPER (BRUSH, NEW) * 07/01/2012 $34.01 $7.80 $15.10 0.00 * if 30% or more of surfaces to be painted are new construction, 01/01/2013 $34.51 $7.80 $15.60 0.00 NEW paint rate shall be used.PAINTERS LOCAL, 35 - ZONE 2 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $56.91 $57.91 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 43 of 68 44 -i sr' i� DEVAL L. PATRICK Governor TIMOTHY P. MURRAY LL Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE Fc� LDSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER -Local 35 Zone 2 - BRUSH NEW Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.01 $7.80 0.00 $0.00 $24.81 2 55 $18.71 $7.80 3.38 $0.00 $29.89 3 60 $20.41 $7.80 3.69 $0.00 $31.90 4 65 $22.11 $7.80 4.00 $0.00 $33.91 5 70 $23.81 $7.80 13.26 $0.00 $44.87 6 75 $25.51 $7.80 13.56 $0.00 $46.87 7 80 $27.21 $7.80 13.87 $0.00 $48.88 8 90 $30.61 $7.80 14.49 $0.00 $52.90 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.26 $7.80 0.00 $0.00 $25.06 2 55 $18.98 $7.80 3.52 $0.00 $30.30 3 60 $20.71 $7.80 3.84 $0.00 $32.35 4 65 $22.43 $7.80 4.16 $0.00 $34.39 5 70 $24.16 $7.80 13.68 $0.00 $45.64 6 75 $25.88 $7.80 14.00 $0.00 $47.68 7 80 $27.61 $7.80 14.32 $0.00 $49.73 8 90 $31.06 $7.80 14.96 $0.00 $53.82 - - - - - - - - - - - - - - - - - - - ---_.-.-_.._-- (Notes: Steps are 750 hrs. _ _ _ _ Apprentice to Journeyworker Ratio:l:l This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 44 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. mo Gover TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Governor 'Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER / TAPER (BRUSH, REPAINT) 07/01/2012 $32.07 $7.80 $15.10 0.00 $54.97 PAINTERS LOCAL 35 - ZONE 1 01/01/2013 $32.57 $7.80 $15.60 0.00 $55.97 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 45 of 68 THE COMMONWEALTH OF MASSACHUSETTS tr 11 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT WL DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Govemor As determined by the Director under the provisions of the Sccrdaq TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Govemor Direaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2 - BRUSHREPAINT Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.04 $7.80 0.00 $0.00 $23.84 2 55 $17.64 $7.80 3.38 $0.00 $28.82 3 60 $19.24 $7.80 3.69 $0.00 $30.73 4 65 $20.85 $7.80 4.00 $0.00 $32.65 5 70 $22.45 $7.80 13.26 $0.00 $43.51 6 75 $24.05 $7.80 13.56 $0.00 $45.41 7 80 $25.66 $7.80 13.87 $0.00 $47.33 8 90 $28.86 $7.80 14.49 $0.00 $51.15 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.29 $7.80 0.00 $0.00 $24.09 2 55 $17.91 $7.80 3.52 $0.00 $29.23 3 60 $19.54 $7.80 3.84 $0.00 $31.18 4 65 $21.17 $7.80 4.16 $0.00 $33.13 5 70 $22.80 $7.80 13.68 $0.00 $44.28 6 75 $24.43 $7.80 14.00 $0.00 $46.23 7 80 $26.06 $7.80 14.32 $0.00 $48.18 8 90 $29.31 $7.80 14.96 $0.00 $52.07 ---_._.._------------------------ 'Notes: 1 Steps are 750 hrs. --------------------------- Apprentice ______Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 46 of 68 THE COMMONWEALTH OF MASSACHUSETTS it EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSrEiN Governor TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment $40.70 PANEL & PICKUP TRUCKS DRIVER 08/01/2012 $29.68 $8.91 $7.27 0.00 $45.86 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 0.00 $69.67 08/01/2015 $43.70 $9.80 $1.7.67 0.00 12/01/2012 $30.28 $9.07 $8.00 0.00 $47.35 PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2012 $39.20 $9.80 $17.67 0.00 $66.67 DECK) PILE DRIVER LOCAL 56 (ZONE I) 08/01/2013 $40.70 $9.80 $17.67 0.00 $68.17 08/01/2014 $42.20 $9.80 $17.67 0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 0.00 $71.17 PILE DRIVER 08/01/2012 $39.20 $9.80 $17.67 0.00 $66.67 PILE DRIVER LOCAL 56 (ZONE I) 08/01/2013 $40.70 $9.80 $17.67 0.00 $68.17 08/01/2014 $42.20 $9.80 $17.67 0.00 $69.67 08/01/2015 $43.70 $9.80 $1.7.67 0.00 $71.17 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 47 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor y p Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govewr Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PILE DRIVER - Local 56 Zone 1 Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.60 $9.80 17.67 $0.00 $47.07 2 60 $23.52 $9.80 17.67 $0.00 $50.99 3 70 $27.44 $9.80 17.67 $0.00 $54.91 4 75 $29.40 $9.80 17.67 $0.00 $56.87 5 80 $31.36 $9.80 17.67 $0.00 $58.83 6 80 $31.36 $9.80 17.67 $0.00 $58.83 7 90 $35.28 $9.80 17.67 $0.00 $62.75 8 90 $35.28 $9.80 17.67 $0.00 $62.75 Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.35 $9.80 17.67 $0.00 $47.82 2 60 $24.42 $9.80 17.67 $0.00 $51.89 3 70 $28.49 $9.80 17.67 $0.00 $55.96 4 75 $30.53 $9.80 17.67 $0.00 $58.00 5 80 $32.56 $9.80 17.67 $0.00 $60.03 6 80 $32.56 $9.80 17.67 $0.00 $60.03 7 90 $36.63 $9.80 17.67 $0.00 $64.10 8 90 $36.63 $9.80 17.67 $0.00 $64.10 ---------------------_..-._._ --- (Notes: `- - --------..r---_._.--..._..---- Apprentice to Journeyworker Ratio:.i. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, see. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 48 of 68 THE COMMONWEALTH OF MASSACHUSETTS sz EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor y p Sccretarr TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROwE U_ Govemor Dimclor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PIPEFITTER & STEAMFITTER 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 PIPFFITTF.RSLOCAL 537(Local 138) 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 Apprentice- PIPEFITTER Local 537 (Loca1138) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.30 $8.75 4.50 $0.00 $31.55 2 45 $20.59 $8.75 12.39 $0.00 $41.73 3 60 $27.46 $8.75 12.39 $0.00 $48.60 4 70 $32.03 $8.75 12.39 $0.00 $53.17 5 80 $36.61 $8.75 12.39 $0.00 $57.75 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.80 $8.75 4.50 $0.00 $32.05 2 45 $21.15 $8.75 12.39 $0.00 $42.29 3 60 $28.21 $8.75 12.39 $0.00 $49.35 4 70 $32.91 $8.75 12.39 $0.00 $54.05 5 80 $37.61 $8.75 12.39 $0.00 $58.75 f ------`-----------__.------------r (Notes: ** 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. Refrig/AC Mechanic**1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) Apprentice to Journeyworker Ratio:** This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 49 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate PIPELAYER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" PLUMBER 09/01/2012 $43.98 $9.32 $13.29 0.00 $66.59 PLUMBERS & GA SFITTERS LOCA L 12 (Local 138) 03/01/2013 $45.23 $9.32 $13.29 0.00 $67.84 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 50 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y P Secreta, TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Gowmr Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PL UMBERIGASF17TER -Local 12 (Local 138) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.39 $9.32 4.97 $0.00 $29.68 2 40 $17.59 $9.32 5.61 $0.00 $32.52 3 55 $24.19 $9.32 7.53 $0.00 $41.04 4 65 $28.59 $9.32 8.81 $0.00 $46.72 5 75 $32.99 $9.32 10.09 $0.00 $52.40 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.83 $9.32 4.97 $0.00 $30.12 2 40 $18.09 $9.32 5.61 $0.00 $33.02 3 55 $24.88 $9.32 7.53 $0.00 $41.73 4 65 $29.40 $9.32 8.81 $0.00 $47.53 5 75 $33.92 $9.32 10.09 $0.00 $53.33 --_.-----....______._.-_..------- -____---`--_, (Notes: Steps are 1 yr Step 4 with lic$50.43 Step5 with lic$56.22 _._....... ___ - - _..._ - - - - -- - - - _.-_ ...�...._. - Apprentice to Journeyworker Ratio:l:5 PNEUMATIC CONTROLS (TEMP.) PIPF.F17YF.RS LOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" 09/01/2012 $45.76 $8.75 $12.39 03/01/2013 $47.01 $8.75 $12.39 0.00 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $66.90 $68.15 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 51 of 68 N THE COMMONWEALTH OF MASSACHUSETTS 616 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT 0.00 DEPARTMENT OF LABOR STANDARDS 12/01/2012 Prevailing Wage Rates DEVAL L. PATRICK Governor As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN TIMOTHY P. MURRAY Lt. Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $30.35 $7.10 $11.55 0.00 $49.00 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $49.75 12/01/2013 Unemployment $7.10 PNEUMATIC DRILL/TOOL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 $50.75 12/01/2014 $32.60 $7.10 $11.55 0.00 $51.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 12/01/2015 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 $34.10 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 $7.10 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" POWDERMAN & BLASTER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" POWER SHOVEL/DERRICK/TRENCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2012 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2013 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2013 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2014 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2014 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2015 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2015 $33.60 $7.10 $11.55 0.00 $52.25 06/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 12/01/2016 $34.85 $7.10 $11.55 0.00 $53.50 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 52 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Goremorsecretan TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PUMP OPERATOR (CONCRETE) 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (DEWATERING. OTHER) 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 OPERATING ENGINEERS LOCAL 4 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" READY -MIX CONCRETE DRIVER 04/30/2009 $25.80 $5.96 $5.34 0.00 $37.10 TEAMSTERS LOCAL 42 RECLAIMERS 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" RESIDENTIAL WOOD FRAME (All Other Work) 04/01/2011 $24.24 $8.67 $15.51 0.00 $48.42 CARPENTERS -ZONE 2 (Residential Wood) RESIDENTIAL WOOD FRAME CARPENTER ** 05/01/2011 $24.24 $6.34 $6.23 0.00 $36.81 ** The Residential Wood Frame Carpenter classification applies only to the construction of new, wood frame residences that do not exceed four stories including the basement. CARPENTERS ZONE 2 (Residential Wood) As of 9/1/09 Carpentry work on wood -frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 53 of 68 THE COMMONWEALTH OF MASSACHUSETTS sY EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. G LDSTEIN GovremorSccrmry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H. HEATHER E. ROWE LL Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 12/01/2012 $40.09 $10.00 $12.65 Unemployment $62.74 RIDE -ON MOTORIZED BUGGY OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS -70NE2 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 ROOFER Onc.Roofer Waterproofng &Roofer Damproofg) 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 ROOFERS LOCAL 33 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ROLLER/SPREADER/MULCHING MACHINE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING F.NGINF.ERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ROOFER Onc.Roofer Waterproofng &Roofer Damproofg) 08/01/2012 $36.41 $10.50 $10.70 0.00 $57.61 ROOFERS LOCAL 33 02/01/2013 $37.41 $10.50 $10.70 0.00 $58.61 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 54 of 68 THE COMMONWEALTH OF MASSACHUSETTS si EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Govcmr Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - ROOFER - Local 33 Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.21 $10.50 3.38 $0.00 $32.09 2 60 $21.85 $10.50 10.70 $0.00 $43.05 3 65 $23.67 $10.50 10.70 $0.00 $44.87 4 75 $27.31 $10.50 10.70 $0.00 $48.51 5 85 $30.95 $10.50 10.70 $0.00 $52.15 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.71 $10.50 3.38 $0.00 $32.59 2 60 $22.45 $10.50 10.70 $0.00 $43.65 3 65 $24.32 $10.50 10.70 $0.00 $45.52 4 75 $28.06 $10.50 10.70 $0.00 $49.26 5 85 $31.80 $10.50 10.70 $0.00 $53.00 -- -._ ------------------------------__..----- (Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. ' - - - ___. Apprentice to Journeyworker Ratio:** - - - _ _ - - - - - _....-__ _._. - - - - ROOFER SLATE / TILE / PRECAST CONCRETE 08/01/2012 $36.66 $10.50 $10.70 0.00 $57.86 ROOFERS LOCAL 33 02/01/2013 $37.66 $10.50 $10.70 0.00 $58.86 For apprentice rates see "Apprentice- ROOFER" SHEETMETAL WORKER SHEF.7METAL WORKERS LOCAL 17 -A 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 55 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Apprentice- SHEET METALWORKER -Local 17-A Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.44 $9.82 4.00 $0.00 $30.26 2 40 $16.44 $9.82 4.00 $0.00 $30.26 3 45 $18.50 $9.82 8.00 $1.09 $37.41 4 45 $18.50 $9.82 8.00 $1.09 $37.41 5 50 $20.55 $9.82 8.75 $1.17 $40.29 6 50 $20.55 $9.82 9.00 $1.18 $40.55 7 60 $24.66 $9.82 10.24 $1.34 $46.06 8 65 $26.72 $9.82 10.99 $1.43 $48.96 9 75 $30.83 $9.82 12.49 $1.59 $54.73 10 85 $34.94 $9.82 13.49 $1.75 $60.00 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.94 $9.82 4.00 $0.00 $30.76 2 40 $16.94 $9.82 4.00 $0.00 $30.76 3 45 $19.06 $9.82 8.00 $1.11 $37.99 4 45 $19.06 $9.82 8.00 $1.11 $37.99 5 50 $21.18 $9.82 8.75 $1.19 $40.94 6 50 $21.18 $9.82 9.00 $1.20 $41.20 7 60 $25.41 $9.82 10.24 $1.36 $46.83 8 65 $27.53 $9.82 10.99 $1.45 $49.79 9 75 $31.76 $9.82 12.49 $1.62 $55.69 10 85 $36.00 $9.82 13.49 $1.78 $61.09 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 56 of 68 THE COMMONWEALTH OF MASSACHUSETTS sY EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN GovemorSecretaty TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment 1Notes: Steps are 6 mos. ---------------------------- Apprentice to Journeyworker Ratio: 1:4 SIGN ERECTOR 06/01/2012 $25.37 $6.82 $6.85 0.00 $39.04 PAINTERS LOCAL 35 - ZONE 2 06/01/2013 $25.81 $7.07 $7.05 0.00 $39.93 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 57 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT $0.00 DEPARTMENT OF LABOR STANDARDS 2 55 Prevailing Wage Rates DEVALL. PATRICK Governory As determined by the Director under the provisions of the JOANNE F. Base Wage Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P MURRAY LL Governor HEATHER E. ROWE Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $7.07 0.00 $0.00 $19.98 2 55 Classification $7.07 Effective Date Base Wage Health Pension Supplemental Total Rate $15.49 $7.07 2.45 $0.00 $25.01 Unemployment $16.78 Apprentice- SIGN ERECTOR -Local 35 Zone 2 $0.00 $26.30 5 70 $18.07 Effective Date - 06/01/2012 7.05 $0.00 $32.19 Supplemental $19.36 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.69 $6.82 0.00 $0.00 $19.51 2 55 $13.95 $6.82 2.35 $0.00 $23.12 3 60 $15.22 $6.82 2.35 $0.00 $24.39 4 65 $16.49 $6.82 2.35 $0.00 $25.66 5 70 $17.76 $6.82 6.85 $0.00 $31.43 6 75 $19.03 $6.82 6.85 $0.00 $32.70 7 80 $20.30 $6.82 6.85 $0.00 $33.97 8 85 $21.56 $6.82 6.85 $0.00 $35.23 9 90 $22.83 $6.82 6.85 $0.00 $36.50 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 0.00 $0.00 $19.98 2 55 $14.20 $7.07 2.45 $0.00 $23.72 3 60 $15.49 $7.07 2.45 $0.00 $25.01 4 65 $16.78 $7.07 2.45 $0.00 $26.30 5 70 $18.07 $7.07 7.05 $0.00 $32.19 6 75 $19.36 $7.07 7.05 $0.00 $33.48 7 80 $20.65 $7.07 7.05 $0.00 $34.77 8 85 $21.94 $7.07 7.05 $0.00 $36.06 9 90 $23.23 $7.07 7.05 $0.00 $37.35 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 58 of 68 THE COMMONWEALTH OF MASSACHUSETTS it EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEvnLL. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN mo Gover TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Govemor Direclor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate ---------------.-----___-.-_- Unemployment iNotes: Steps are 4 mos. t '-- - ---------_..---.--------- Apprentice to Journeyworker Ratio: 1:1 SPECIALIZED EARTH MOVING EQUIP < 35 TONS 08/01/2012 $30.44 $8.91 $7.27 0.00 $46.62 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.74 $8.91 $8.00 0.00 $47.65 SPECIALIZED EARTH MOVING EQUIP > 35 TONS 08/01/2012 $30.73 $8.91 $7.27 0.00 $46.91 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $31.03 $8.91 $8.00 0.00 $47.94 SPRINKLER FITTER 09/01/2012 $47.28 $8.42 $12.45 0.00 $68.15 SPRINKLER FITTERS LOCAL 550 - (Section B) 03/01/2013 $48.28 $8.42 $12.45 0.00 $69.15 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 59 of 68 THE COMMONWEALTH OF MASSACHUSETTS 616 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y p Secmtar TIMOM P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - SPRINKLER FITTER - Local 550 (Section B) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $16.55 $8.42 7.85 $0.00 $32.82 2 40 $18.91 $8.42 7.85 $0.00 $35.18 3 45 $21.28 $8.42 7.85 $0.00 $37.55 4 50 $23.64 $8.42 7.85 $0.00 $39.91 5 55 $26.00 $8.42 7.85 $0.00 $42.27 6 60 $28.37 $8.42 7.85 $0.00 $44.64 7 65 $30.73 $8.42 7.85 $0.00 $47.00 8 70 $33.1.0 $8.42 7.85 $0.00 $49.37 9 75 $35.46 $8.42 7.85 $0.00 $51.73 10 80 $37.82 $8.42 7.85 $0.00 $54.09 Effective Date - 03/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 35 $16.90 $8.42 7.85 $0.00 $33.17 2 40 $19.31 $8.42 7.85 $0.00 $35.58 3 45 $21.73 $8.42 7.85 $0.00 $38.00 4 50 $24.14 $8.42 7.85 $0.00 $40.41 5 55 $26.55 $8.42 7.85 $0.00 $42.82 6 60 $28.97 $8.42 7.85 $0.00 $45.24 7 65 $31.38 $8.42 7.85 $0.00 $47.65 8 70 $33.80 $8.42 7.85 $0.00 $50.07 9 75 $36.21 $8.42 7.85 $0.00 $52.48 10 80 $38.62 $8.42 7.85 $0.00 $54.89 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 60 of 68 I DEVAL L. PATRICK Governor TIMOTHY P. MURRAY LL Govervor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNES GOLDSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATIIER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment -------------------------. .____.._--.._-- Notes: ISteps are 850 hours Apprentice to Journeyworker RatioA:1 STEAM BOILER OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TAMPERS. SELF-PROPELLED OR TRACTOR DRAWN OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL 103 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 09/01/2012 $32.11 $13.00 $12.49 0.00 $57.60 03/01/2013 $32.64 $13.00 $12.51 0.00 $58.15 09/01/2013 $33.15 $13.00 $12.52 0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 0.00 $61.79 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 61 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt Gove=T Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. G LDSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Dircoor Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TELECOMMUNICATION TECHNICIAN- Local 103 Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $12.84 $13.00 0.39 $0.00 $26.23 2 40 $12.84 $13.00 0.39 $0.00 $26.23 3 45 $14.45 $13.00 9.77 $0.00 $37.22 4 45 $14.45 $13.00 9.77 $0.00 $37.22 5 50 $16.06 $13.00 10.02 $0.00 $39.08 6 55 $17.66 $13.00 10.27 $0.00 $40.93 7 60 $19.27 $13.00 10.52 $0.00 $42.79 8 65 $20.87 $13.00 10.77 $0.00 $44.64 9 70 $22.48 $13.00 11.02 $0.00 $46.50 10 75 $24.08 $13.00 11.26 $0.00 $48.34 Effective Date - 03/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 40 $13.06 $13.00 0.39 $0.00 $26.45 2 40 $13.06 $13.00 0.39 $0.00 $26.45 3 45 $14.69 $13.00 9.78 $0.00 $37.47 4 45 $14.69 $13.00 9.78 $0.00 $37.47 5 50 $16.32 $13.00 10.03 $0.00 $39.35 6 55 $17.95 $13.00 10.28 $0.00 $41.23 7 60 $19.58 $13.00 10.53 $0.00 $43.11 8 65 $21.22 $13.00 10.78 $0.00 $45.00 9 70 $22.85 $13.00 11.03 $0.00 $46.88 10 75 $24.48 $13.00 11.28 $0.00 $48.76 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 62 of 68 THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y P secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt Govewr Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment ---------------------------- Notes: -------____-_._..------------------------Notes: I --------- .-.-�.._._..�...____.-_._-- Apprentice to Journeyworker Ratio:l:l TERRAZZO FINISHERS 08/01/2012 $46.35 $10.18 $17.25 0.00 $73.78 BRICKLAYERS LOCAL 3 -MARBLE & TILE 02/01/2013 $46.93 $10.18 $17.25 0.00 $74.36 08/01/2013 $47.83 $10.18 $17.32 0.00 $75.33 02/01/2014 $48.39 $10.18 $17.32 0.00 $75.89 08/01/2014 $49.29 $10.18 $17.39 0.00 $76.86 02/01/2015 $49.85 $10.18 $17.39 0.00 $77.42 08/01/2015 $50.75 $10.18 $17.46 0.00 $78.39 02/01/2016 $51.32 $10.18 $17.46 0.00 $78.96 08/01/2016 $52.22 $10.18 $17.54 0.00 $79.94 02/01/2017 $52.79 $10.18 $17.54 0.00 $80.51 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 63 of 68 ALI THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS kv Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street $23.47 $10.18 17.25 $0.00 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $0.00 $55.59 3 70 $32.85 Unemployment Apprentice- TERRAZZO FINISHER -Local 3 Marble & Tile $60.28 4 80 $37.54 Effective Date - 08/01/2012 17.25 $0.00 $64.97 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.18 $10.18 17.25 $0.00 $50.61 2 60 $27.81 $10.18 17.25 $0.00 $55.24 3 70 $32.45 $10.18 17.25 $0.00 $59.88 4 80 $37.08 $10.18 17.25 $0.00 $64.51 5 90 $41.72 $10.18 17.25 $0.00 $69.15 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.47 $10.18 17.25 $0.00 $50.90 2 60 $28.16 $10.18 17.25 $0.00 $55.59 3 70 $32.85 $10.18 17.25 $0.00 $60.28 4 80 $37.54 $10.18 17.25 $0.00 $64.97 5 90 $42.24 $10.18 17.25 $0.00 $69.67 -r.--`._.__--.---._._._...---- .----- Notes: Steps are 800 hrs. ------_..-------- --___..._-- Apprentice to Journeyworker Ratio -1 TEST BORING DRILLER 12/01/2011 $33.05 $7.10 $12.60 0.00 LABORERS - FOUNDATIONAND MARINE. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $52.75 Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 64 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOAN F. GOLDSTEIN Governor Y P Secretary TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H aEATIER E. ROWE LL Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TEST BORING DRILLER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment 1 60 $19.83 $7.10 12.60 $0.00 2 70 $23.14 $7.10 12.60 $0.00 3 80 $26.44 $7.10 12.60 $0.00 4 90 $29.75 $7.10 12.60 $0.00 Notes: --------------------- Apprentice to Journeyworker Ratio: 1:3 Total Rate $39.53 $42.84 $46.14 $49.45 TEST BORING DRILLER HELPER 12/01/2011 $31.77 $7.10 $12.60 0.00 $51.47 LABORERS - FOUNDATION AND MARINE TEST BORING LABORER LABORERS - FOUNDATIONAND MARINE 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 65 of 68 Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street THE COMMONWEALTH OF MASSACHUSETTS # EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK Governor As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN y p Secretary TIMOTHY P MURRAY Lt. Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Direaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Apprentice- TEST BORING LABORER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $18.99 $7.10 12.60 $0.00 $38.69 2 70 $22.16 $7.10 12.60 $0.00 $41.86 3 80 $25.32 $7.10 12.60 $0.00 $45.02 4 90 $28.49 $7.10 12.60 $0.00 $48.19 -------------------------------- Notes: _ --__..-------------- -._.....-_..-- Apprentice to Journeyworker Ratio:1:3 TRACTORS/PORTABLE STEAM GENERATORS 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT 08/01/2012 $31.02 $8.91 $7.27 0.00 $47.20 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $31.32 $8.91 $8.00 0.00 $48.23 TUNNEL WORK - COMPRESSED AIR 12/01/2011 $44.08 $7.10 $13.00 0.00 $64.18 LABORERS (COMPRESSED AIR) TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 12/01/2011 $46.08 $7.10 $13.00 0.00 $66.18 LABORERS (COMPRESSED AIR) TUNNEL WORK - FREE AIR 12/01/2011 $36.15 $7.10 $13.00 0.00 $56.25 LABORERS (FREE AIR TUNNEL) TUNNEL WORK - FREE AIR (HAZ. WASTE) 12/01/2011 $38.15 $7.10 $13.00 0.00 $58.25 LABORERS (FREE AIR TUNNEL) This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 66 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT kv DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. G LDSTEIN Govem, TIMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE LL Gocemor Dimaor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment VAC -HAUL 08/01/2012 $30.44 $8.91 $7.27 0.00 $46.62 TEAMSTERS JOINT COUNCIL NO. ]OZONE B 12/01/2012 $30.74 $8.91 $8.00 0.00 $47.65 WAGON DRILL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" WASTE WATER PUMP OPERATOR 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" WATER METER INSTALLER 09/01/2012 $43.98 $9.32 $13.29 0.00 $66.59 PLUMBERS & GASFITTERS LOCAL 12 (Local 138) 03/01/2013 $45.23 $9.32 $13.29 0.00 $67.84 For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBERIGASFITTER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 67 of 68 THE COMMONWEALTH OF MASSACHUSETTS t} IL EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT WL DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK Asdetermined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor tab' TTMOTHY P MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Masonry Repair Works - Exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Additional Apprentice Information: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre -determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. I I&I IL. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. I IE -11L. All steps are six months (1000 hours) unless otherwise specified. " Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof. "* Multiple ratios are listed in the comment field. "•* APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-033 Page 68 of 68 Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 INVITATION TO BID The Town of North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Masonry Repairs in North Andover, Massachusetts, in accordance with the documents prepared by Kang Associates, Inc. The Project consists of exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building. The work is estimated to cost $150,000. General bidders must be certified by the Division of Capital Asset Management in the following category of work: Masonry or Historical Masonry. Bids are subject to M.G.L. c.149 §44A -J and to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive. General Bids will be received until 2:OOPM on October 3, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed Bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 and received no later than the date and time specified above. General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the Town of North Andover. Bid Forms and Contract Documents will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.com starting September 19, 2012. A deposit is required in the amount of $50.00 per set, payable to BidDocsOnline, in the form of a certified or cashier's check or a money order. This deposit will be refunded for up to two sets for general bidders upon return of the sets in good condition within thirty days of receipt of general bids. Otherwise the deposit shall be the property of the Awarding Authority. Additional sets may be purchased for $50.00. Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for regular mail and $65.00 per set for next day delivery, payable to the BidDocsOnline, to cover mail handling costs. A pre-bid conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA, on Sept. 26, 2012 at 2:OOPM. Bidders will be held responsible for thoroughly familiarizing themselves with all existing conditions. Town of North Andover September 19, 2012 INVITATION TO BID -1 Santilli, Ray From: REGS@sec. state. ma. us Sent: Tuesday, September 11, 2012 1:48 PM To: Santilli, Ray Subject: Publish Date Assigned for General Contracts A publish date of 9/19/12 has been assigned to your General Contracts submission with description of: Stevens Estate Masonry Repairs. Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. PARTIAL L15T OF ABBREVIATIONS: @ AT # NUMBER ACT ACOU5TIC TILE AFF ABOVE FINISHED FLOOR ALUM ALUMINUM AWC ACOUSTIC WALL CARPETING BD BOARD BET BETWEEN BLDG BUILDING BOT BOTTOM CAB CABINET CLG CEILING COL COLUMN CONC CONCRETE CONT CONTINUOUS CG CORNER GUARD. CPT CARPET CT CERAMIC TILE DEMO DEMOLISH DET DETAIL DWG DRAWING DWR DRAWER EA EACH EL ELELEVATION ELEC ELECTRICAL EQ EQUAL EXIST'G, EX EXISTING FL, FLK FLOOR GWB GYPSUM WALLBOARD HGHT HEIGHT HM HOLLOW METAL JT JOINT LEV LEVEL MAT'L MATERIAL MAX MAXIMUM MECH MECHANICAL MIN MINIMUM M.O. MASONRY OPENING MTD MOUNTED NIC NOT IN CONTRACT O.C. ON CENTER OPEN'G OPENING PLAM PLASTIC LAMINATE PT PRESSURE TREATED PLYWD PLYWOOD REQ'D REQUIRED RM ROOM R.O. ROUGH OPENING RUB RUBBER 51M SIMILAR 5TL STEEL TYP TYPICAL U.N.O. UNLESS OTHERWISE NOTED VEN PLA5, VP VENEER PLASTER V.I.F. VERIFY IN FIELD VIN VINYL VT VINYL TILE WNSCT WAINSCOT WD WOOD 5TEVEN5 E5TATE MA50NRY REFAIR.9... DATE: 5Ef TEMBER 19, 2012 ARCH ITECT KANG A550CIATE5, INC. 339 BOSTON F05T GOAD 5UDPURY, MA 01 77G L15T OF DRAWINGS: COVER 5HEET A I FLOOR PLANS A2 ELEVATIONS SYMBOLS: 1 DwG# A� 5ECTION SHEET# Q)o rV U (S) (100 .. . .. .. . . . .. ...... . .............. - - -------------- - ---------------- - - - - ------ - ------ - - ---------- - - - --- - ---- - - - ------ - --- - - ------ - --- '2\ .. . ........ . .... 0 QD ...... . ........... - ---- - -------------- - ---- - - -- - -- - ------ - ---- - - - -- - - - - - ------------------------------ - -- - ---------- - ---------- - -- - -- - - - - - - ---- - ------------- - -- - -- - -- - ---- - -- ......... .... . K 0 (Y') OL 11 Q) < U C) 0 (S) ii (n C) < ADDITION (NIC) CD CD n C) __ �i cry � REPLACE 5PALLED BRICK ON PATIO (15%) AND REPOINT ---- - - - ---- - ----------- t PATIO BRICK (507co) REPAIR REBUILD BRICK @ - - ---------- - - UPPER CORNER WHERE WALL ---------- .............................................. . ............. . .......... . ..................... . . MEETS PORCH CLG . . . ............. ---- ----- ---------------------- - ------ - --------- ------ - - - - ----------- - - - ------- --- - ----- ................ . ...... ............... FE S KANGASSOC`�'V 4. ADDITION (N v� ......... --- ------------ ....... ........... .............. ........ ........ 'owl .............. .......... .......... .......... .......... ......... .............. =tz ......... ..... .... ............ ....................... . . . - z, FAIR, PIE ... ................. , ............ . . ....... ......... ........ STONE BAND .................... - ---------- ------------ - - -- ......... --- - ------ - ----- --------- ------ - ----- ------------ - ----- ... . ................. - - ----------- .................. ............. .............. ` -- - - - -- - ---------------- - - - - ------------ «.,.....,.,. - - --------- .. . ............ t ........... ........ BRICK ........... ......... CHIMNEY I M N EY BRICK CH I M N Ey ................. --------- ------------- L ............. ...... ............ ............ ....... Aft .......... ...... t z .............. .......... t z z t z z > ............ 0 ............ r .......... ....... ............ ... ........... ............. ........... ........... .......... .......... ...... N ........................... ........ ........................................................... ...... ...... ...... .................. .............. ...................... ................. ........... .......... 4 --- - - ----- ............ L J ......... ................ .......... ..... . .... n it t ............... Z____ % ............. t t t Z 11C t t t t .................. W ' 1: ------ - --- .................. _J ------- - -- - ....... - - ------ t ................. ...... r ---- - - ----------- ......... . ------ - - ------- - ----- - ----- - - - ............. ........... �R& + + . . . . . REPAIR BROWN5TONE ;t t �++++++++++ t +++++++!+++ BELT COUR51! @ FIER t t + + + +_+++++++ t + + FAIR t t + + + + + + Aft . ... . . . . REBUILD BRICK (7 BROWNSTONE t, + + + + REPO(NT 70% Of BRICK 50T Of COURSES) �4; + + + zz LOW WALL REPOINT STONE JOINT t AT PIER5, TYP. OF 4 MOSS, z RAKE OUT .............. t z z JTS t z t t t FILL BRICK t z t JOINTING SAND t z t z z z z t REPOINT BRICK LANDING t z z zt z %) AND 5URROUNDING z k: t t t z t t BRICK WALLS (30%) z z t z t z z z RE -LEVEL, COMPACT, z z z REPOINT JOINTS AT t z t t RE -SET OLD BRICK z z t z STONE STEP ....... PAVERS UNDER FORTE ............ t z CHOCHFRF t t z z z t z z REPOINT BRICK ARCH (20%) t z z z z AND INTERIOR BRICK WALLS (10%) .......... .......... ........................ ...... DATE: 09/19/12 SCALE: 1/8" 1 '-O�' KEY TO FLOOR PLANS GENERAL NOTES: 1. DWG5. ARE NOT TO BE SCALED. PAVING 2. DWG5. SHOW DESIGN INTENT ONLY. PATIO PAVING CONTRACTOR 15 RESPONSIBLE FOR f LOOK RE -BUILD MEANS, METHODS, AND SEQUENCES PLANS BRICK PAVING Of CONSTRUCTION. 3. ALL CONSTRUCTION TO CONFORM 7, RE -JOINT BRICK TO STATE AND LOCAL BLDG. PATIO PAVING CODES AND ORDINANCES. 4. FIELD VERIFY ALL EX157G REPOINT JT5 IN CONDITIONS AND DIMFN5I0N5. EX157NG BROWNSTONE m I REPOINT 20% OF UNHATCHED AREAS Of BRICK +I: STONE ON EAST ELEVATION I EAST ELEVATION PARTIAL WEST ELEVATION SEE DWG #5 FOR PARTIAL_REPOINT ALL (100%) OF JAMB FACES Of M.O.'S THIS WALL(FACES Of M.0 .51 N TURRET ELEVATION Of WALL BEHIND ENTRY PORCH WE5T ELEVATION )WN5TONF TP 'F , TRIM (TYP) LDIER BRICK MN ARCH (TYP) KEY TO ELEVATIONS "ONE BELT (Tyr) VE BRICK IN IE PATTERN W1 NG BRICKS (TYP) 'ONE MT) 'ONE 0E (TYP) SHOWN FOR CLARITY NORTH ELEVATION PARTIAL NORTH ELEVATION GENERAL NOTES: I . DWG5. ARE NOT TO BE SCALED. 2. DWG5. SHOW Dff51GN INTENT ONLY. CONTRACTOR 15 RESPONSIBLE FOR MEANS, METHODS, AND SEQUENCES Of CONSTRUCTION. 3. ALL CONSTRUCTION TO CONFORM TO STATE AND LOCAL BLDG. CODES AND ORDINANCES. 4. FIELD VERIFY ALL EX15T'G CONDITIONS AND DIMENSIONS. LT -K IN :RN W1 :K5 (TYP) NDOW )R5E5 (Typ) 'XCK 5 (TYP) .LT I I I L- I L- v r-\ 1 1 %-./ I N _nUL—') 't- r"L-1 %-/11\1 I ABOVE BASE (I SIDE) REPOINT 100% EX15T'G BRICK U.O.N. < RE -BUILD f-Xl5T'G BRICK PATCH, REPAIR, � REPOINT EX15T'G BROWNSTONE REPOINT JT5 IN EX15T'NG (s) BROWNSTONE N.I.C. 0 REPOINT 10% Of o UNHATCHED AREA5 Of u 5F,ZICK � BROWNSTONE U, Q. N. "ONE BELT (Tyr) VE BRICK IN IE PATTERN W1 NG BRICKS (TYP) 'ONE MT) 'ONE 0E (TYP) SHOWN FOR CLARITY NORTH ELEVATION PARTIAL NORTH ELEVATION GENERAL NOTES: I . DWG5. ARE NOT TO BE SCALED. 2. DWG5. SHOW Dff51GN INTENT ONLY. CONTRACTOR 15 RESPONSIBLE FOR MEANS, METHODS, AND SEQUENCES Of CONSTRUCTION. 3. ALL CONSTRUCTION TO CONFORM TO STATE AND LOCAL BLDG. CODES AND ORDINANCES. 4. FIELD VERIFY ALL EX15T'G CONDITIONS AND DIMENSIONS. LT -K IN :RN W1 :K5 (TYP) NDOW )R5E5 (Typ) 'XCK 5 (TYP) .LT I I I L- I L- v r-\ 1 1 %-./ I N _nUL—') 't- r"L-1 %-/11\1 I ABOVE BASE (I SIDE) • A DATE: 05/ 19/12 SCALE: 1 /8" = P -O' ELEVATIONS y < 0 (s) 0 LLJ o u < c) o (s) (S) n >7 V < o --) r" z�C) • A DATE: 05/ 19/12 SCALE: 1 /8" = P -O' ELEVATIONS y 22 Wednesday, September 19,2012 THE EAGLE -TRIBUNE CLASSIFIED MARKETPLACE PCA NEEDED from Gloucester/Cape Ann area with car. References required. Evening trans- fers, Sat & Sun 7pm-9pm. Days 9.2 available. Call Marc 978-281-0796, after 11am-7pm �1d 11111 n mPCA NEED Part Time, for woman in Salem, includes Saturday 9am-2pm,12.64/hr. Experience necessary. Call 978.587.1353. BUReliable PCA, must speak & write fluent english. BUSY LADY SERVICES - am available to do your errands! Drive you to Non smoker, Must have drivers license. Vary doctors, shopping, etc. Experienced shifts &every other weekend 978-688-3131 '978-423-0754' or 781-842-0504 son, CARE for advanced adult male patient in his O GOT MOLD? O home. Must have a minimum of 2 years Testings, Insurance Estimate, Removal, Certi- private rare experience doing a range of nurs- fied, Licensed Contractor A.R.S. 978.688.1111 irg tasks in a private hone. References required. Please Call 97BA65-3763 Caregiver available to We in and assist senior COUTURE HOME IMPROVEMENT: SPRING Car 6local references available. SPECIALS! Decks, Siding, Windows 6 Doors Call Mary (978) 401-7382 Installid & Repairs. Insured. TJ, 978.902.7644 Independent Living is seeking MACK'S Painting Carpentry & Powerwashing Granite State Inde P 9 g Family owned. Windows, vinyl siding, small dependable, enthusiastic personal care work- additions, brick, decks, roofs. 781.599-3773 ers in Derry to drive a consumer to appoint- ments 2x/week, provide companionship and MICHAEL N. ROGERS - Finish Carpentry, custom cooking assistance. Tues and Thur approx. woodworking, kitchens, remodeling. Insured. 11 arn-3pm, $9.75/1hr to start. Contact Pam @ 978.994-2751 Fax 978-914-6857 800-826.3700 x 1112. EOE I AM LOOKING FOR WORK 3-H HANDYMAN Elder care, 20 years experience, Home Health Reasonably priced, basements, carpentry/ Certificate, great references, Live local to remodeling, tiles, painting 978-686-0424 Swampscott 781-599-9465 CHILD CARE , . OVIDERS NON LIVE-IN Caregiver Needed So. Lawrence, mid- ALL CHILDCARE PROVIDERS IN dle-age female preferred, minimim care. Free MASSACHUSETTS ARE REQUIRED TO BE roonVboard small salary 603-275-2549 for irdo LICENSED. Only NH Childcare Providers May Be NEEDED IMMEDIATELY Part Time weekend, Licensed OrNon-Licensed Home Health Aide with knowledge of Hoyer Please Cal (978) 356-8790 leave message McCARTHY MASONRY: M.P.0 AMR REBUILDS: caps, pointing, sweeps, steps stucco, basement ,Free est. 978.390-8469 Needed Immediately PT Weekends - Home Health Aide. Call 603-918-6151/603-414-7785 CARPET WORKSHOP - Carpet Cleaning $50.00 NEWBURYPORT, MA PCA wanted for disabled fust room, $25.00 each additional average size man, momings 9am-1 pm. room. We also clean stairs, furniture, drapes, Call after noon time. (978) 465-0173. and cars. 603-765-2213 Joe PCA: For male quad in Beverly, MA PT flex. INNEEZI ' NT hours Day/Evenings Must be dependable, reli- ALL YOUR SPACE BACK able, trustworthy, & have references. Good Junk Removal Cleanouts pay 978 969-2921 Call between 10 -5pm Dumpster rentals. Insured 603.571 A187 1 ClassIT ed mar etc MUST SELL- ADORABLE BEAGLE MIX PUPPIES 1st shots and exam. Best Reasonable offer. Serious Inquiries Only Please. Call Jason 978-701-2974 POODLES - toy size, different colors. Family raised, vet checked, health certificate $500-$600. Ready now. (603) 974-1142 PUGGLES PUPPIES, 2 Brindle, 2 Fawn, 2 males, 2 females, 11 weeks old, shots & worming, ready now $500 each 603-2044246 PUG PUPPIES, adorable. Fawn $1,000. Blacks $1100, Brindles $1200 Up to date on shots, dewormed. Cal 978.804-9152 ROTTWEILER PUPS, AKC, OFA, Taking Deposits, 1 st shots, health cert., champion blood lines, parents on premises, $1000 ea. 603-523-8888 SHIH•TZU/CHIHUAHUA PUPPIES -male & female, 8 weeks old, all shots, dewormed. $475 Call Haley 610.216.6704, can bol pits Alf p M LICENSED SCHOOL BUS DRIVERS CDL/DPU P & S Endorsements Mornings or Afternoons SOME CHARTER WORK Contact COPPOLA BUS COMPANY 21 So. Central St. Bradford, MA 01835 978-373-9891 PETS & FREE PETS SHITZU PUPS Beautiful, Loving, Sweet 6 Smart. $650 Ready Now 603.785.6280 SMALL BREED PUPPY, mixed, male 3 months paper trained, vaccine UiV up to date $450 603-490-0547 URGENT WANTED Siamese Kitten for under 1 yr. old) Please call (978) 420-5078 YORKIE PUPS - Ready NOW! $525 and up. Call 603.464.6377 YORKSHIRE TERRIER PUPS -Toy size. Vet checked. Health certificates. Family raised. Ready now. $500-$600. Call (603) 974-1142 YORKSHIRE Terrier pups, very friendly, no shed, vet checked, shots, wormed and microchip - ped. $500. and up. Call (603) 435-9344. BERKEL Commercial Meat Slicer, $300. Small ice cream freezer, $120. Large chest freezer, $150.3 bay stainless steel sink square comers, $120. Call 978-609-3191 •r 61111 1 BRUNSWICK GOLDCROWN III 9ft professional table in great condition. Accessories included. $2500 (603)475-0988 Tponspoplotion Kwicksilver is a pro rim repair shop located in Peabody. We straighten bent rims and repair all cosmetic damage to alloy rims, curb rash, scrapes, and discoloration caused by age. 978-532 RIMS (7467) Minute Mount Row Blade with electric hydrau- lic pack 81" W X 21.5 " H with right to left swivel includes mounted headlights and direc- tional $650 best offer (603) 642.7257 ANORTHgf rE LE Tr:„.iE R D e,Tt BOSTON r. ,�c r 4 rsa �<c Toa «,.:• Tk_D r dEoS C xETra.er w 6 a, +� o a o v> ASSISTANT THIRD SHIFT SUPERVISOR - North of Boston Media Group, North Andover, MA (The Eagle -Tribune, The Salem News, The Gloucester Daily Dmes, The Daily News of Newburyport) Full-time. This position assists in the management of daily operations of the packaging center. Primary job responsibilities include preparing Omnizone production reports, work assignments, ensuring proper staffing, set-up and operation of all packaging center equipment, training, performance management and preventive maintenance. Ability to work well under deadline pressure required. Some moderate lifting involved. Mechanical experience required. Please e-mail resume and cover letter with salary requirements to hr@northofboston.com. DISTRICT SALES MANAGER - The Salem News, Beverly, MA Full-time. Develop newspaper circulation sales programs while working with adult and youth newscarriers to provide quality service to subscribers. Ability to work well with the public required. Must have strong organizational skills and be familiar with Microsoft Word and Excel. High School Diploma and reliable vehicle required. Sales experience preferred. Please e-mail resume and cover letter with salary requirements to hr@salemnews.com. SALES PROFESSIONAL - MULTIMEDIA ADVERTISING - North of Boston Media Group, Newburyporh MA Full-time. This position offers an outstanding career opportunity for a results -oriented, high-energy, experienced sales professional to build on an account list while growing new business. One to three years sales experience required. Prior media experience preferred with an emphasis on digital. Should have excellent communication, organizational and customer -service skills along with the ability to expand account list through innovative lead gathering. Please e-mail resume and cover letter with salary requirements to hrC@ newbutryportnews.com MATERIAL HANDLERS - The Eagle -Tribune, North Andover, MA . Come work in our state-of-the-art packaging center to load fliers into machines for distribution in the newspaper. Entry level positions. Some moderate lifting is involved. Training is provided. All applicants must be at least 18 years of age. -Full-time 3rd shift - Sunday through Thursday 10:00 p.m. to 6:30 a.m. Part-time 2nd shift - Monday, Tuesday and Wednesday hours vary. Please stop by our North Andover office to complete an application. Comprehensive benefits package offered to all full-time (30+ hours) employees. For consideration, pplease e-mail resume and cover letter, with salary requirements, to hrcenorthofboston.com. Resumes received without salary requirements will not be considered. Applications may also be obtained in the lobby of any of our publications Monday through Friday 8 a.m. to 5 p.m. An Equal Opportunity Employer 1 •- ANYTHING 6 EVERYTHIAG Estate Clean -outs, Demolitions, Basement, Garage, Yard Debris Dump runs. Ca'. 978-521-0445 BEST RATES - Call Mike We remove anything from A -Z. 978-973-2009 JUNK REMOVAL Anything Goes. Free Estimate Call 978-609-5589 FRAME TO FINISH Repairs, Skim & New Work - Textured Ceilings & Metal Studs - Norman @ 603-890.3113 ELECTRICAL 4 QUALITY, SERVICE 6 PRICE E That Wont Shock You! Insured. MA#31525E NH#12831M. Wall Mike 978-023.8510 ROC ELECTRIC For All Your Residential & Commercial Wiring. MA Lic #20045A. NH Lic #11463M. CALL 978.815.3876 giLlisi�� BEST QUALITY IN TOWN 4 WONG FLOORS E Install - Sand - Refinish FREE estimate - Fully insured FREE coupDri/Senior discount at www.won000rs.com 978-328-9200 VILLAGE FLOORING CO. • Install • Sand • ReWsh O Repairs • Sta:nng 30 Yrs Experience. Insured.. 978-689.3385 ARMAND FLOORING Carpet, Linoleum, Tile Sales, Installation & Re- pairs 97BA79.7434 —603-058-5125 HAGGAR CONSTRUCTION • Kitchens, bathrooms, additions & decks. Roofing 6 sid'.ng Commercial & Residential (978) 685-0461 BEST CHOICE CONSTRUCTION Gutters, seamless a!umanurn, cleanings, leaf guard. 25 yrs. experience. 978-973-5410. John's Handyman Service We repair faucet leaks to broken windows and every” in between. Free estirnates 978.977-3713 Spoonman Handyman "Honey Do" Ists, No job too small, Visit us at www.spoonmanhandyman.com Carl Kevin (978) 594-0285 • ABC CLEANING SERVICES INC. ResidentiaVCommercial, Foreclosure Eviction,Yard Cleaning. 978475-3370 CLEANING BY LAURA - Affordable relia- Ge cleaning services you can trust. Weekly/ Bi -weekly. Insurance Free Est. 978-609-0013 PK Painting & Contracting, Inc. InterioT/Exterior Painting 3 year Warranty, Repair Carpentry (978) 225-0509 BATH LINERS; WALL SURROUNDS Bath Tub Reglazing IIC. Insured Free Estimates Mr. Tub 800-453.6171 mrtub.com B. TISBERT Tree & Landscaping /lawn Mow 6 Hydroseed, Irrigation, Landscape Design Wells 6 Patios. 978-375A130/603-401-1667 J&F LANDSCAPING: 40+years New lawns, sod, trees shrubs loam, mows, dozer. Free estimates insured 978-685-0783 Lawn 6 /or Garden Out of Control ? Weeds Gone Crazy? We Can Help! D&S Landscaping, Father/Daughter Owned & Operated 978-335-4710 BRICK- CEMENT- STUCCO & STONE, All Masonry: Steps, walks, walls, chimney, foundations. Call 978-688-5331 JIM NASSIOS MASONRY Specializing in: brick, block, stone, stucco, chimneys, steps, walks, wails 6 repairs 978.453.8460 / 978-332-2395 Mario's Masonry Steps,tte,wa!,stonle, patio,repair 978-682-5499 FORD Mustang 1973 2 door coupe, white Southern Car, Exce!!ent running, 67K, no rust, everyday driver, $7,700 Tim 978-764.6341 Ford.Mustang Convertible 2003, Pristine, 70k miles, garaged & covered, V6, 28 mpg, 4 new ti- res/rims, $8700 no winter use 603-540-2390 MUSTANG HARD TOP COUPE 1973, 302, 2 BRO cart, automatic, looks great, drives, well, $3200, 978-373-6064 RAT ROD TRUCK CAB -1948 Ford. Good wind- shield, doors open & close, body decent shape. $450. Cal 603-642-8480 r 4:MUFACOMKII 111 4W TRUCK CAP - Fiberglass, 5'x 90.5- $15Qbest. offer 978- 372-7293 / 603.560-6488 TRUCK RAMPS- aluminum ramps for pickup. Sells for $239.99 never used 5175.00 Tel 978 914-6148 ask for Jim 1988 Cadillac parts NEW Electronic parts. door switches, etc. Ask for Rete (978) 740-4595 atfter 7 pm ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you sending them back the difference. Also be- ware when responding to classified ads that ask you to send shipping cost! Possible scam! 011011M,? y til l AUDI, TT Roadster 2004.84000 6!es. Audi TT convertible, quattro, power top, Black with Baseball stitch leather interior (very rare!). 225HP 6 speed manual, new summer Z rated tires, 4 new Blizack tires mounted on malts. This car is in excellent condition. $15,500 or Best Offer. 978-283-8456 BUICK LUCERNE CXS 2007, gray, 59,9WK loaded including leather seats, power sun roof, looks and runs great $13, 500 603.521.2991 HONDA Accord 1999 EX, V6 sedan. white/tan Leather, fully serviced, custom wheels, rear spoiler 115K $5500 Call 781.640-9858 HONDA ACCORD 2000 NEWLY REDUCED V6 4 door sedan, 158K. Runs well. Good wdxeytaes rtaung 4047J, Duu Uro-J/LVUOJ HONDA, Accord EXL 2010. 32k. Exce"ent condi- tion. Black, leather interior. 1 Owner. Warranty transfer. $18,700. (978) 975-7736 HONDA FIT 2008 automatic, 4 door, sherNack AC, CO, 30mpg, 50K, reliable, maintained by dra!er $10,200 Ask for Bob (978) 777-7267 HYUNDAI SONATA 2005 4 cyl., automatic, 30 mpg + all new tires and brakes, INK, runs excellent $4,80019781504-0330 Amesbury. JEEP, CHEROKEE SPORT 04, 2001, 58K, 1 owner, great condition, well maintained, tow package, $6900 978-921-0123 JEEP GRAND Cherokee LORADO 2001, good condition, 90K m?es, $4,000 978.536.2119 or 978.210.9984 KIA, Soul 2010 55k miles. Soul+ Wagon One owner, Sher/Black Int. FWD, 4 -Door, AM/FWCD/Sidus,$11,200 978-337-6688 LINCOLN CONTINENTAL 1997 Super clean, runs perfect! 2nd owner, $5000. Cal (603) 890.6941 Lincoln Town car,1997, 96k original miles, looks and runs like new. $3900 Call 978.521.2676 MAZDA 3 2007 SPORT - Automatic, black with black interior. Very well maintained and in very good condition. 81 K miles. Remote car starter. Aux Jack for MP3 player or phone. Asking $8600/best offer. 978-930-3898. MERCURY 1990 Grand Marquis, low mileage Good running condition, needs some body work, $550 best Cash Only 978-688-6531 MERCURY GRAND MARQUIS PARKLANE 2005 book value $10,500, one owner, Pristinelow miles, $5900.781-605-8170/603-275-009i BUICK Riviera 1990 - 50,650 miles, 2nd Mini Cooper, 2006, 42k miles, 38-00 mpg, au - owner. All leather, all power, heated mirror, tomatic, green/white, sunroof, foglights, locking wire wheel covers. Tan. Runs very stripes, portable GPS Garmin mini. $14,9D0 well. Must see this car! $4,000 or best offer (Haverhl, MA) Call 978-372-8153 Newburyport MA 978A62-3309 Chevrolet Blazer 2004 4WD - Ony 60,500 miles NISSAN, Sentra 2006.134000 highway miles. with oew brakes. Original owner, no accidents, 5-speedmarulal.Gas saver! 32/35 mpg! Well well-maintained and sunmof. Priced to sell at ma. ned; highly dependable. Must sell - $9599.Ca!I 978.283.2924. $4800. Cali 978/475-5646. CHEVY MAIUBU LS, 1999 - 4 -door, Auto, A/C, OLDS ALERO 2001. due, 161 K, V6, good tires & FM, CD, sunhoof, power windows, alloyed brakes, new platinum plugs, well maintained, wheels, Runs Great, $1950(978) 452-5238 $1,995 or best reasonable offer 978-526.1757 CHEW MALIBU 2001 PONTIAC BONNEVILLE 2000-132K, leather, Automatic, 4 door. Remote starter. Runs well, loaded, new tires, CD, runs and drives excellent, Good deal at $1600. Call 978-828-0182 alarm, $2195 or best offer 603-820-2244 Dodge Caravan, 2003,180k miles, runs great, PONTIAC FIERO FORMULA 1988 V6, standard, remote start, $2800/best offer power locks, for parts or restoration. Call 97840-11915 $700/30 Call 978-352-8147 FORD Focus 2009, runs and looks great, very Saturn LS1, 2000, 97k mires, auto, loaded. new economical, A/C, 2 owners, 60k miles, tires, 4 door, runs/drives excellent, CO. $10,200 Cal Jim 781-771-1910 $2375. Call 603-820-2244 FORD FREESTAR SES VAN 2004 SATURN SL1, 20014 DOOR, Black/Gray 142k, white, 184K highway miles, 34 mpg, New tires/brakes/battery/Ahemator Ice runs & looks good, $3,400 OBO 603.502-7187 Cold A/C. $1750978-764-2105 TELEPHONEDELIVER THE NEW FAIRIPOINT DIRECTORIES MEN & WOMEN 18 YEARS AND OLDER WITH INSURED VEHICLES NEEDED TO DELIVER IN MANCHESTER, AUBURN, GOFFSTOWN, LONDONDERRY, DERRY, WINDHAM AND SURROUNDING AREAS. WE ARE ALSO LOOKING FOR OFFICE CLERKS & LOADERS. DELIVERY STARTS OCTOBER 4TM WORK A MINIMUM OF 6 DAYLIGHT HOURS PER DAY AND GET PAID WITHIN 72 HOURS, UPON SUCCESSFUL COMPLETION OF ROUTE. CALL 1-800-979-7978 BETWEEN 9 AM AND 5:30 PM.MON.-FRI. REFER TO JOB# 30122-B DISTRIBUTION OF THE FAIRPOINT DIRECTORIES ARE CONDUCTED ON BEHALF OF SUPERMEDIA THE OFFICIAL PUBLISHER OF FAIRPOINT DIRECTORIES. EOUAL OPPORTUNtIYEMPLOYER The Daigle -Tribune The Eagle -Tribune has carrier routes available in the below communities. Call TODAY for more information. Lawrence All Areas Call Steve Traverso 800-836-7800 All Eagle -Tribune Carriers & Motor Routes are Independent Contractors r nil ROOFING & SIDING MASONRY ALL TYPES BEST CHOICE CONSTRUCTION New work, repairs, sma!! jobs welcome. Roofing, siding, gutters. Quality work, reasona- Free estimates. Dave 978-948-2566 ble costs. 25 yrs. exp. Fully ins. 978-973-5410 11111111131171110333711.1 ' CALL 978-265.6843 For The Cheapest Roofng NO JOB TOO SMALL 6 Siding in the state! M/C, Visa. Also, Decks - Available 7 days. Licensed and Insured Windows -Additions UcensedAnsured. Discount Prices 978.682.0399 DISCOUNT ROOF INSTALLATIONS Top Quality Workmanship! Owner Operated. GAURON PAINTING. Interior & Exterior, Free Estimates. Carl Derek, 978-914-7718 13 Years Experience. Insured. References. , Ca!! Mike, 978.769.5381 or 603-382-1734 SELF -STORAGE: Salem, NH; Methuen, MA. PLEASE NOTE: Automobiles, boats, motorcycles, Ads under this classification may be found householdgoods, business stock, etc. Prices from $20 to $190/.. online under the Service heading of Call 603.894-0631 General Services www.hampshireroadse8storage.com SAMCO PAVING/Sealcoating Work guaranteed. Owner on site. Fully Ins., Free Est.978.281. 0909 800-934AO07 www.san)copaving.net CERAMIC TILE - No Job Too Small! New installation or repairs, 25 yrs experience. Senior Diseounts. Call Mike, 978-973-7228 MATTHEWS PLASTERING TILE Installation. Repairs. Bathrooms. Kitchens. *Reliable, Quality work * Additions, kitchens, baths, basements. 978-314-0816 Foyers. Guaranteed work. , Free estimates. Jim 978.774-0067. * MV PLASTERING & DRYWALL * best prices, old ceilings and walls new again. Free estimates. 978-686-5012 B. TISBERT TREE & LANDSCAPING Tree Tdmmrg /Removal- Stump Grinding - Gaffny Plumbing Bo'!er hot t t k Bath V;-1— Spring Clean-ups 978.375-0130, 603-401-1667 .. s, wa a an s, room a c n Remodeling MP#8599 (978) 6824098 ITI POOL SERVICES Closings, liner replacements, leak repair and cleanings. Call Frank 781-598-0178. BARE SIDE * PRESSURE WASHING We work well under pressure! 978-685-9545 PRESSURE Washing services, mildew removal, deck restoration, gutter/house cleanings. y Dan 978-749-9808 www.justp',ainpainting.com SUBARU OUTBACK 2006 XT Limited 4 0. Turbo, pearl whiteJleather inter. navigation moonroof, 88K. $11,500 781-640-9858 MPSI, SHIM TOYOTA AVALON , 2000 with 69,000 original miles, Needs nothing. $6,500 or best offer Call 781.5994821 Toyota CamryXLE, 2005, Gold, 4 M 51k m�es, 16" wheels, cruise control, A/C, all power, ah maintenance records, extremely dependable car. 513,000 firm. Call 978-531.7935 TOYOTA COROLLA 1995 Needs work. $1200/best Call 603.818.1305 TOYOTA, Corolla XLE 2009- Rare hard to find XLE model,Loaded many xtra options, 36K mi- les,LBL 40 engine,s,Wauto trans,al!oy wheels, moonroof, a• weather pkg,hands free wheel mounted contmis,JBL CO/MP3 6 disc stereo,8 speakers, ABS, bluetooth, 35 MPG, cargo net,rear bumper guard protector, one ownerservice rets -$13,995 603-580-5832 VW Convertible 2009 New Beetle, pristine, 26K original, bug guard, tonneau cover, salsa red/ black. Warranty. $19,000.978-358-7667 SUNRUNNER 21' 1989, 205hp, twin screws, cuddy, portable toilet, fish finder, sleeps, 5 low mileage 1990 Calkins trailer, many extras $3500 978-356-7272 1970 V21 MacGregor includes shoreline trailer, Shaeffer snap furling reefing system, Furling boom; main sail, jib, genoa + Vberth abd cockpit cushions. Al in good shape 5 HP Nissan on adjustable motor mount. Ready to sail $2400 Call 978-546-2458 32' Proline Express, 2005 with Twin Mercury Verados w/400hrs., 5kw generator, shore power, GPS; Radar, VHF, SSB, Auto Pilot, EPRIB, full galley, enclosed head, sleeps 4, AC/Heat, Hard Top with canvas. Great family and fishing boat. Asking $89,500 or best offer (978) 463-3211. 1 Triumph T1 50Y Trident, CLASSIC, 1973, 8631 original miles, original paint, new battery CASH ONLY $6000. Greg 978-604-1130 YAMAHA XJ 1100,1982, alwaysgaraged, black, 18k , new tires & brakes, mag wheels & drive shaft. Runs good but needs carb work. S1 per CC, $1100 best offer 978- 595-8512 ALLEGRO Motor Home, 1998, 32', on Ford chassy, 460 Ford motor, full loaded, 48k miles, all new tires, $7000 Call Dave 978-283-1829 PROWLER 1997,30'wth 5TH WHER n Mint Condition. Very low miles, with slideDut. Asking $9000/best. Call 1603) 275-1027 Chevy Tahoe LS, 1999, loaded, excellent condi- tidWew transmissiorVexhaust/water pump & battery. $2650, Cal. 978-764-2105 Jeep Cherokee Sport, 2001. Black 4x4, A/C, CO, runs and drives great, automatic, 180k miles $1950, Cal 6034190-1897 sr I CARRY ON CARGO TRAILER, 6x12 with ramp 2010. 1000 miles. 6x12 tarty on cargo trailer with ramp and two cabinets for storage excellent condition $2,200.00 Cal James 978.697.0221 DONOVAN'S TREE REMOVAL, LLC Fall Specials. Emergency Cads, Free Est. / Fu.y Insured 603-842-0487 HILLSIDE COMPANY STUMP GRINDING Our specialty, Fully Ins. Uproots Deep grind to replant 617.943.2344 LIVINGSTON Tree & Stump Removal Fast/Quality Service, Free est. 978-689.8373 I'ivingstonfamilytree.com QUALITY TREE SERVICE Tree & Hazardous removal, trimming. Firewood. Low prices. Fully insured, free estimates Call 603-365.7354 ^ ^l 000000000 STEEL 4x8 very heavy duty with 15" tires $750 978-580.9728 1 CHEVY 2500 HD 1995,107k miles, with plow. Many extras and repairs. Asking S475WW For more info 978-686-0890 / 978-764-5696 CHEVY PICKUP 1993 V6, used every day, runs good $850. (978) 372-7293 / 603.560-6488 FORD F150 1997 - 6 cylinder, a/c, remote start. 65k miles. Mint condition. 8' bed. Best offer. Call (603) 912-5711 Ford F150, 2001 Full Cap. Mechanica.+y sound, reliable, serviced regularly. 127,000 mi. origi- nal owner. $2900 or Best Offer Call 781-799-0939 or 603-898.4767. Ford Ranger, AT 2004, Pickup, clubcab, A/C, toneau cover, 4x4, new tires and breaks, new rack pinion, excellent condition, highway miles, White $5700 Call 781-258-0002 NISSAN PICKUP 1993, 5 speed, runs good, 123K, $1100 or best offer 978-382-8691 TOYOTA TACOMA 2002 extended Cab, 5 speed, 113k miles. Excellent condition. am/fm CD, a/c, 4 cylinder. $6,600/best. (603) 475-7689 DODGE Caravan 2005, white with gray interior 7 passengers, fu!'.y loaded, 68K, $6450 Call 781-640-9858 Dodge Grand Caravan 2005 Silver with gray leather interior, navigation, moonrpof, LCD N, traction control, dual power doors, remote start, 75K $7950 Call 781.640-9858 Dodge Hi -Top 2002 CONY Southern vehicle no rust, loaded, 65k miles, new tires, tow pack- age, TV/Electric bed, $6400. (978) 249-3609 HONDA Gold Odyessy EXL-DVD 2004, leather, loaded, very good condition, $6800. Call Fred 1978) 975-7736 PONTIAC MONTANA MINIVAN 2003 -126,800 miles, luxury extended model, clean, non smoker's car, funsAooks perfect, transfer of 2000 mires of warranty & service records ava:'- able, $6500/30 978-346-0427 (Merrimac) WANTED JUNK CARS/PARTS Absolutey ALL CARS & TRUCKS wanted! Paying up to $500. Cal MurW's Auto Recycling 603-425-2562 A CALL AWAY will haul away your vehicle. Top dollars paid. • Scrap metal wanted 978.683-1273 $$ CASH PAID$$ CARS & TRUCKS WANTED 978.595 -CARS 800-343-0327 www.salisburysalvage.com JUNK CARS 6 TRUCKS WANTED Picked up with 24 his. Up to $800 CASH PAID. CALL (603) 303-2866 JUNK Cans Wanted - Highest prices paid - Call for price! 1-800-292.1149 Brandy Brow Auto Parts ROWLEY AUTO SALVAGE - TOP $$ For late model vehicles. Quick sere. 978-948-7410. www.roWeyautosatvage.com $250 to $500 Cash paid for cars 6 trucks Dave's Towing/Auto Recycle 978-664-6710 $250 & UP JUNK CARS WANTED WEBER AUTO 6 TRUCK 1-800-594-20 1 I0E1LIJCCA Fence Company, Inc. 69a&g ■ighway Guardrail Contractor Seeks Estimator Responsibilities include but not limited to preparing estimates for State DOT projects, private construction projects, coordinate with state agencies and/or contractors and foremen to ensure completion of job. Prepare and track Invoicing for all jobs. Minimum 5 years estimating experience. Installation experience preferred. Must be able to work In a fast paced environment, multi -task, work well with others and possess good communication skills both verbal and written. Benefits include medical, dental, 401K plan, paid vacation and paid sick days. Forward resumes or apply in person at: DeLucca Fence Company, Inc. Attn: Jackie DeLucca Five Old Ferry Road Methuen, MA 01844 Fax: (978) 688-6030 E -Mail: jobs 0deluccatence.com website: www.daluccatence.com IDeLucca Fence Company, Inc, Is an Equal Opportunity Employer m/1/d/v KITCHEN/DINET SET -Walnut, Oval table 48"06" with separate leaves, 4 chairs, excellent condition, $140 978-745-3790 Loveseat Recliner with console - Leather, mahogany. From Ashley Furniture, excellent condition , $1250 new, Asking $600/best offer Call 508-843-7600 Micro fiber Loveseat, 2 years old, Taupe, like new. $400 or best offer. Email for pictures: Ircrjr@yahoo.com SOFA dark floral blue, and LOVESEAT, pil- lowback, in raspberry Both in good condition. $150 each. (978) 6B6-9064 TV Stand, Teak finish, 60" long, $90; upholstered fold up chair, beige $75, Mint condition, Call 978-469-0979 WEAVING LOOM - 4 Harnesses and 4 Treadles. Direct tie up system, floor space 28x32 unfolded, 28x13 folded. $100 Call 978-922-3198 After 4pm. NORTH ANDOVER, MA 24 Tyler Road, Sat. Sept. 22, 8-2, Rain or Shine Great stuff, great prices. ©AMAZINGI©New Full or Queen Mattress Set European Pillowtop. In plastic. Cost $1099 Sell $249. Can deliver. 603-305-9763 BED 11"thick Orthopedic mattress 8 box. New in plastic Cost $1,000 - Sell Queen $325; Full $300; King $495. Can deliver 603-235-1773 BEDS - NEW!! Twins $150, Fulls $175, Queens $250, Kings $350 - 5 -pc Bedroom set $699, Bunks $199 603-566-3840 nhfurnituredirect.com CHAIR AND A HALF PLUS OTTOMAN - Mint condition.Light blue plaid. Chair 54W 38D 30H. Ottoman 45W 31 D 16H. Opens to single bed. Bought at Jordans 2001 for $1100. Always cov- ered. Can e-mail pictures. $700 firm. You haul. 603-362-9868 * DON'T MISS OUTI * RUGS - pure wool rugs 8'x10' Pristine condition. Paid $2500 each, asking $1200 each or best offer. Call 978-463-0793 ECHO ES -250 SHRED'N VAC. Brand New, Still in Box. Converts from Shredder to Blower. Retails for $229.99. Will Sell for $150. (978)682-9725. Ethan Allen Georgian Court armoire, cherry $750. Computer Desk with bookase $400. Ethan Allen formal desk with leather chair 8 ottoman, cherry $1000. Leather couch with coffee table, $500 Call 978470-1387 FULL SIZE BED WITH PLUSH POSTURPEDIC MATTRESS $225 (603) 362-5291 FURNITURE - Sectional couch $400, chair $75, high top table with 2 chairs $150, lamps $50. Al in mint condition. Make offers! Call 978 304-9622 , ZHOT -Brand new 6 person, waterfall, LED ' s, cover 8 warranty. Must sell $3800. Call 603-235-5218. The Town of North Andover' soliciting bids from qualified cc - nies to conduct annual testin d on-call service and maintena of fire sprinkler systems in all munici- pal and school buildings. Qualified companies are requested to submit bids to the Assistant Town Manager at North Andover Town Hall, 120 Main Street, North Andover, MA, in accordance with the instructions contained within the Invitation for Bids (IFB). The complete IFB is available on the Town website (www.townof- northandover.com) under "Bids, Quotes and Proposals". The Town will only accept proposals delivered in person or by mail. All proposals must be received by 2:00 p.m. on October 11, 2012 to be considered. The Town of North Andover may cancel this IFB or reject in whole or in part any and all proposals, 'rf they determine that cancellation or rejec- tion serves the best interest of the Town North Andover. ET. 119/12 KITCHEN CABINETS, Never installed. Brand new glazed maple, dovetail. No particle board! Cost $6995 - sell $1600. Call 603-235-1695 KITCHEN ISLAND/Ceramic top, pine colored . solid wood, draws on 2 sides with shelves for appliances etc. matching table with four chairs excellent condition best offer 978-927-1933 LARGE Dining room table with 4 chairs a.nd 2 captains chairs , 2.12" wide leaves very heavy and dark wood $200. Hospital over the bed ta- ble $50, 1 high back leather desk chair with wood arms blue $100. 1 Black office chair $25. 3 cpap sleep machines $25-$150 good for air brush painting, 1 pronto sure step elec- tric chair very little use red metallic with black upholstery $800 (603) 458-1630 SNOW BLOWER - Ariens, 2 stage, compact snow blower with cover. Like new $450. LEAF BLOWER Craftsman 220hp, 12 amp, like new $30. Call (978) 683-5065 Whirlpool Tub comer unit, never installed, retail $1000, asking $500/BO. Stainless steel sink with faucet,$25 978-994-3253 leave message r Wheelchairs for sale! Several sizes from large to small, $50. Walkers, $10 Tilt in space rolling shower chair, $600.978-372-6474 WHEELCHAIR - TILT IN SPACE- adjustable, arm rest, leg rest, foot plate, cushion head rest, gel back cushion Pneumatic tires, used 3 months, $1500. Call 978-372-6474 MISC ITEMS WANTED ALWAYS BUYING Antiques 6 vintage: furniture, pottery, military, advertising, toys 6 orientals etc. Meehan Antiques, Mike 976 388-5023 CASH FOR TOOLS - Hand or power! Carpenters, machinists, mechanics, plumbers, rollaways. 1-800-745-8665 HAND TOOLS WANTED Planes -Chisels -Adzes -Calipers Useful tools - AII trades. Estate lots. 1-888-405-2007 HIGHEST PRICES PAID for platinum, diamonds, gold, silver, paintings, estates. Linda's Jewelers, 781-596-1886.2 Market St., Lynn, MA LOOKING FOR SAFE - Safe must carry a C -fire rating. Size 22x18x14. Call Eduardo 978-682-8038 Military hems Wanted NAME YOUR PRICE - Most Countries, Rev War through Vietnam. Call Peter (781) 631-1718 r ANTIQUE FIRE HYDRANT, 1956, Ludlow/Troy New York, "list 90 model 1046", $175 or be reasonable offer 978-766-8409 ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you send- ing them back the difference. Also beware when r ponding to classified ads that ask vo send shipping cost. Full ockatiel cage with rolling stand, or best offer. Call 978-685-2060 r The Town of North Andover is soliciting bids from qualified compa- nies to conduct annual testing and on-call service and maintenance of fire alarm systems in all municipal and school buildings. Qualified companies are requested to submit bids to the Assistant Town Manager at North Andover Town Hall, 120 Main Street, North Andover, MA, in accordance with the instructions contained within the Invitation for Bids (IFB). The complete IFB is available on the Town website (www.townof- northandoveccom) under "Bids, Quotes and Proposals". The Town will only accept proposals delivered in person or by mail. All proposals must be received by 2:00 p.m. on October 11, 2012 to be considered. The Town of North Andover may cancel this IFB or reject in whole or in part any and all proposals, If they determine that cancellation or rejec- tion serves the best interest of the Town of North Andover. ET - 9/19/12 INVITATION TO BID Stevens Estate Masonry Repairs Kang Associates, Inc. North Andover, MA September 19, 2012 The Town ,,North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Ma- sonry Repairs in North Andover, Massachusetts, in accordance with the documents prepared by Kang Associates, Inc. The Project consists of exterior repairs to the existing brick and stone walls and brick patios of a town -owned historical building. The work is estimated to cost $150,000. General bidders must be certified by the Division of Capital Asset Man- agement in the following category of work: Masonry or Historical Ma- sonry. Bids are subject to M.G.L. c. 149 §44A -J and to minimum wage rates as required by M.G.L. c. 149 §§26 to 27H inclusive. General Bids will be received until 2:OOPM on October 3, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed Bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 and re- ceived no later than the date and time specified above. General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the Town of North Andover. Bid Forms and Contract Documents will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at Bid- DocsOnllne.com starting September 19, 2012. A deposit is required in the amount of $50.00 per set, payable to BidDocsOnline, in the form of a certified or cashier's check or a money order. This deposit will be refunded for up to two sets for general bidders upon return of the sets in good con- dition within thirty days of receipt of general bids. Otherwise the deposit shall be the property of the Awarding Authority. Additional sets may be purchased for $50.00. Bidders requesting Contract Documents to be mailed to them shall in- clude a separate check for $40.00 per set for regular mail and $65.00 per set for next day delivery, payable to the BidDocsOnline, to cover mail han- dling costs. A pre-bid conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA, on Sept. 26, 2012 at 2:0012M. Bidders will be held responsible for thoroughly familiarizing themselves with all existing conditions. Town of North Andover ET - 9/19/12 MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by Charles R. Regan to Mortgage Electronic Registration Systems, Inc. as nominee for, Mortgage Network, Inc., its successors and assigns, dated September 8, 2005 and recorded with the Essex County (Northern District) Registry of Deeds at Book 9757, Page 4 of which the Mortgage the undersigned is the present holder by assignment for breach of the conditions of said Mortgage and for the purpose of foreclosing same will be sold at Public Auction at 11:00 AM on September 26, 2012 at 57 Autran Avenue, North Andover, MA, all and singular the premises described in said Mortgage, to wit: The land in North Andover bounded and described as follows: Northerly by Lot No. 82 on a plan hereinafter referred to, fifty (50) feet; Easterly by Lot No. 62 on a plan hereinafter referred to, one hundred III 00) feet; Southerly by Autran Avenue fufty (50) feet; and Westerly by Lot No. 60 on a plan hereinafter referred to, one hundred (1 00) feet. Meaning and intending to convey Lot No. 61 on a plan of Fairland Manor made by W.E. Lancaster, C.E. dated October, 1920 and recorded with North District Essex Registry of Deeds as Plan No. 406, to which referrence may be made for a more particular description. For my title see Book 1909 Page 75. The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, unpaid taxes, tax titles, water bills, municipal liens and assessments, rights of tenants and parties in pos- session. TERMS OF SALE: A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale, If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms ff any, to be announced at the sale. US Bank National Association, as Trustee for Credit Suisse First Boston Mortgage Acceptance Corp., Mortgage Pass -Through Certificates, Series 2005-11 Present Holder of said Mortgage, By Its Attorneys, Orlans Moran PLLC P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 ET - 9/5, 9/12, 9/19/12 CLASSIFIED MARKETPLACE JET ONE POWER CHAIR- excellent condition, extra cushion, red in color, two brand new batteries, $600 best offer, can deliver 978-228-9543 LAWNMOWER - Craftsman 21", push, recently serviced $125; Sunbeam 22" cut, electric, $100 firm. 50BA51-0515 LAWN MOWER, ELECTRIC, Black 8 Decker $85, Black leather chair with footstool, new $85 Andover 978-470-1343. LAWN MOWER John Deere comm. grade, gear driven walk -behind. 36" - $3,500 new, 4 hrs used -Asking $2500. Call (978) 374-1662 MINK COAT - Full length, ranch mink. fits size 14-16. Beautiful, with 2 hats. $200/best offer. Call 978-587-2844 ORIENTAL DOLLS (1) Handmade Female Geisha Doll, case measuring: 22x 19x 33 $250 or best offer. (1) Oriental Boy Doll, case measuring: 13x 9x 22, asking $50 or best offer. Please Call Sahoko, 603-642-6670 PEPSI CAN VENDING MACHINE 50 CENT MACHINE. WORKING. $175 OR BEST OFFER. CALL 978-423-8350, REDUCED!! Tempur-pedic adjustable ergo base twin bed with remote. Like new, retails at $3800, A STEAL AT $795.00 Call 603-918-6515 OR 603-926-8464 ROSE OF SHARON TREES About 30, From 1 ft. to 10 ft. tall. From $1 to $15 each. (978)686-0770 WOOD STOVE, ALPINE Air -tight, takes 18 inch logs. Asking $600 Call after 6pm (603) 362-8433 WOOL RUG, hand braided, 7'x9', multi colored, $400 978-685-5543 1978 First Signature of Les Paul Gibson guitar in good condition, Serial #80070551, $2,650 firm. Call 978-686-9064 4 GALLON SQUARE BUCKETS WITH LID Clean, food grade. Great for planting, storage, garden- ing, etc. $1 each. (978) 682-6939. 5PC RATTAN DINING SET 36 inch glass top ta- ble and 4 matching padded chairs. $195.00 Call 978-535-9010 Casio Digital Keyboard, Stand, Adapter 8 In- structions ded never used $150 firm Call 32-3987 The North Andover School De- partment is soliciting bids from qual- ified companies to perform main- tenance on school athletic fields in various locations. Qualified compa- nies are requested to submit bids to the Chief Operations Officer at the North Andover School Department, 1600 Osgood Street #3059, North Andover, MA, in accordance with the instructions contained within the In- vitation for Bids (IFB). The complete IFB is available on the Town website (www.townof- northandoveccom) under "Bids, Quotes and Proposals". The School Department will only accept propos- als delivered in person or by mail. All proposals must be received by 2:00 p.m. on October 9, 2012 to be considered. The North Andover School De- partment may cancel this IFB or reject in whole or in part any and all proposals, if they determine that cancellation or rejection serves the best interest of the North Andover School Department. ET - 9/19/12 COMMONWEALTH OF MASSACHUSETTS THE TRIAL COURT PROBATE AND FAMILY COURT Essex Probate and Family Court 36 Federal Street Salem, MA 01970 Docket No. ES12D1473DR DIVORCE SUMMONS BY PUBLICATION AND MAILING LydiaE Rodriguez VS. Chad! Fakhoury To the Defendant: The Plaintiff has filed a Complaint for Divorce requesting that the Court grant a divorce for IRRETRIEVABLE BREAKDOWN The Complaint is on file at the Court. An Automatic Restraining Or- der has been entered in this matter preventing you from taking any ac- tion which would negatively impact the current financial status of either party. SEE Supplemental Probate Court Rule 411. You are hereby summoned and required to serve upon: Lydia E Rodriguez 21 Boylston Street Methuen, MA 01844 your answer, if any, on or before 01/02/2013. If you fail to do so, the court will proceed to the hearing and adjudication of this action. You are also required to file a copy of your answer, if any, in the office of the Register of this Court. WITNESS, Hon. Mary Anne Sa- hagian, First Justice of this Court. Date: August 27, 2012 Pamela Casey O'Brien Register of Probate ET - 9/19/12 COMMONWEALTH OF MASSACHUSETTS County of Essex The Superior Court CIVIL DOCKET# ESCV2012-01679 trE: Wells Fargo Bank NA as ustee for Merrill Lynch Mortgage v Gourley et at ORDER OF NOTICE BY PUBLICATION To: Allan T Gourley, Patricia A Gourley, Haverhill, in the County of Essex; all In said Common- wealth; AND TO ALL PERSONS EN- TITLED TO THE BENEFIT OF THE SERVICE MEMBERS' CIVIL RE- LIEF ACT OF 1940 AS AMENDED 2003 as amended: Wells Fargo Bank NA as Trustee for Merrill Lynch Mortgage Inves- tors Inc Mortgage Loan Asset - Backed Certificates Series 2003- OPT1, a banking institution with a usual place of business in Jackon- sonville, FLA claiming to be the holder of a mortgage covering property situ- ated at 57 Sterling Lane, Haverhill, Essex County, MA and more fully described in said mortgage given byr Allan T Gourley, Pa- tricia A Gourley; Dated February 05/19/2003 recorded in Essex County Southern District Registry of Deeds, Book 20850, Page 216 has filed with said court a Complaint for authority to foreclose saidmortgage in the manner following: by entry on and possession of the premises therein described and by exercise of the power of sale contained in said mortgage. If you are entitled to the benefits of the Service Members' Civil Re- lief Act of 1940 as amended, and you object to such foreclosure you or your attorney should file a writ- ten appearance and answer in said court in said County on or before 10/22/2012 or you may be forever barred from claiming that such fore- closure is invalid under said Act. Witness, Barbara J. Rouse, Es- quire, Chief Justice of the Superior Court, at Lawrence, Massachusetts, this 11 th day of September, 2012. Thomas H. Driscoll Jr., Clerk of the Courts A TRUE COPY, ATTEST Kelley P Sullivan DEPUTY ASST. CLERK ET - 9/19/12 THE EAGLE -TRIBUNE Fl, ot Alli Drum Set, Star Caster FENDER, 5 pc set, 2 sym- bols and seat, $150. Mason and Hamlin pump organ, $150. Call 978-835-8789 JUDY COLLINS TICKETS One pair of Judy Collins tickets. Performance at the Rockport Music Theater on Saturday night September 8th at Bpm. Pair $200 or B0. Call 508-517-7897. VIOLIN Good condition with case, $300 best offer Call (978) 927.2723 AKC LAB PUPS, black 6 yellow,i st shots 6 health certificates. Parents on premises $650. 603-456-2739 or newhampshirelabs.com AKC Pembroks Corgie pups, very smart easy to train, vet checked and ready to go. Also, 2 older females. $900. Call 978-777-0825 AMERICAN PIT BULL TERRIER PUPS ADBA Registered, good lines 8 temperaments. Family dogs. $350-$600. Call 978-360-2984. ATTENTION! ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you sending them back the difference. Also beware when responding to d4sfed ads that ask you to send shipping cost. Possible scam! BABY LOVE BIRDS, 2 Peach face $50 each. BABY Redactor Canary, $70 Call 978-764-1090 CITY OF METHUEN BOARD OF APPEALS THE SEARLES BUILDING 41 PLEASANT STREET METHUEN, MA 01844 NOTICE OF A PUBLIC HEARING Notice is hereby given that the Town of Methuen Zoning Board of Appeals will hold a public hearing on: September 26th 2012 at 7:00 P.M. in The Great Hall, at the Sear- les Building, 41 Pleasant Street, Methuen, MA 01844, on the follow- ing Petitions: Michael & Leena Antypas 110 Pleasant Street Methuen Mass. A variance to sub -divide a parcel of land into two lots. Leaving lot B without the required frontage under' section VI -D in R.D. Zoning District @ 110 Pleasant Street Methuen Mass. Matthew J. D'Agostino, Chairman Methuen Zoning Board of Appeals ET - 9/12, 9/19/12 BEAGLE PUPS AKC registered champion bred 1 st shot and dewormed $400, each. (207) 604-9386 BEAUTIFUL BLUE CANE CORSO, (ITALIAN MASTIFF),3 females, ICCF. registered, 14 weeks old, Must See! 978-390-8220 Bunnies, male/female, neutered/spade, $100 for both, also equipment for sale $100 978-688-0161 CAT: Older Cat needs new loving home. Cannot take to New Housing. Located in Salem, MA Call 978-818-3867 Cavachon,Cairmal, Puggle, Poodle, Wheatens, Cockapoo, Chihuahua, Silky, Shar-pei/Beagle, Shorkie, etc $495+ 603-942-9970 Chihuahua puppies, 2 female,1 male. Up to date on shots , $500 each Call 978-828-5074 CHIHUAHUAS - male pups from Old Time Show breeder, $400/each Call 978-546-3168 (Rockport) FRENCH BULL DOG, 2 yrs. old, male, house trained, all shots, neutered. $1000 978-390-7815 GOLDEN RETRIEVER PUPPIES (AKC/OFA) Health Guarantee, Eyes, Hips, El- bows. Great Pedigree. Vaccinated, Wormed, Socialized, Trained, No Jumping, No Biting, 24 Years Experience. $850 8 UP. Call Heidi 97BA17-9249. www.justbehaving.com GOLDEN RETRIEVER PUPS AKC English creams just born Aug 8th. 1st shots, health certificate, vet checked. Both parents on premises Excellent pure breed line. Accepting applications. Males available $1200 (978) 352-2550 CITY OF METHUEN BOARD OF APPEALS THE SEARLES BUILDING 41 PLEASANT STREET METHUEN, MA 01844 NOTICE OF A PUBLIC HEARING Notice is hereby given that the Town of Methuen Zoning Board of Appeals will hold a public hearing on: September 26th, 2012 at 7:00 P.M. in The Great Hall, at the Sear- les Building, 41 Pleasant Street, Methuen, MA 01844, on the follow- ing petitions: Louise Samperi, 56 Causeway St., Methuen, me 01844 Variance requested under Sec- tion (s) VI -D of the City of Methuen Zoning Ordinance to construct a Single Family Dwelling in a RD Dis- trict Map 412 - Blk. 126B - Par. 263A Matthew J. D'Agostino, Chairman Methuen Zoning Board of Appeals ET - 9/12, 9/19/12 MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by Lionel Beauvoir and Jeannette Nieves to Mortgage Electronic Registration Systems, Inc. as nominee for, The New York Mort- gage Company, LLC, its successors and assigns, dated August 1, 2005 and recorded with the Essex County (Northern District) Registry of Deeds at Book 9680, Page 82 of which the Mortgage the undersigned is the pres- ent holder by assignment for breach of the conditions of said Mortgage and for the purpose of foreclosing same will be sold at Public Auction at 09:00 AM on September 26, 2012 at 46 Hoffman Avenue aka 46 Hofmann Avenue, Lawrence, MA, all and singular the premises described in said Mortgage, to wit: The land with the buildings thereon situated in Lawrence, Essex County, Massa?Hu'dson, tts, on the northerly side of Hoffman Avenue being shown as Lot Nnd 22 on a plan entitled: "Plan of Ewald and Hoffman, drawn by C.E.," recorded with the North Essex District Registry ��n'decl ads as Plan No. 69. Said lots are contiguous and when together are and described as follows: herly: 100 feet by land now or formerly of Emil Karkus; Easterly: 74.2 feet by Lot No. 23 as shown on said plan; Southerly: 100 feet by Hoffman Avenue as shown on said plan; and Westerly: 78.93 feet by No. 20 as shown on said plan. Said Lots together contain 7,650 square feet, more of less, according to said plan. Subject to any and all easements, restrictions, reservations, and condi- tions of record, R any, hereunder as the same may be in force and appli- cable. For Grantors Title see deed recorded herewith at Book , Page _. The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, unpaid taxes, tax titles, water bills, municipal liens and assessments, rights of tenants and parties in pos- session. TERMS OF SALE- A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms 'rf any, to be announced at the sale. Deutsche Bank National Trust Company, as Indenture Trustee Under The Indenture Relating to IMH Assets Corp., Collateralized Asset -Backed Bonds, Series 2005-8 Present Holder of said Mortgage, By Its Attorneys, Orlans Moran PLLC P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 ET - 9/5, 9/12, 9/19/12 I MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by Vahid Nickpour to Mortgage Electronic Registration Systems, Inc., dated August 15, 2006 and recorded with the Essex County (Northern District) Registry of Deeds at Book 10344, Page 166 of which the Mortgage the undersigned is the present holder by assignment for breach of the conditions of said Mortgage and for the purpose of foreclosing same will be sold at Public Auction at 02:00 PM on September 26, 2012 at 55 Elm Street, Unit #1, Andover, MA, all and singular the premises described in said Mortgage, to wit: The Unit known as and numbered Unit Number 1, in the 55 & 57 Elm Street Condominium ("Condominium"), 55 Elm Street, Andover, Essex County, Massachusetts, a condominium established pursuant to Massa- chusetts General Laws, Chapter 183A and by Master Deed dated June 21,1996, recorded with the Essex North District Registry of Deeds Instru- ment 16087, Book 4531, Page 209, ("Master Deed"). The Unit is conveyed with an undivided interest of Fifty (50%) percent in the common areas and facilities of the Condominium as described in both the Master Deed and the 55 & 57 Elm Street Condominium Trust, dated June 21, 1996 and recorded with said Registry of Deeds as Instrument 16088, Book 4531, Page 231 ("Condominium Trust"), with an area of 2,909 square feet all as shown on the floor plans for the Condominium entitled: "Plans Elm Street Condominium in Andover, Mass.", as drawn for Sylvia Schofield, 1510 North Shore Road, Revere, Mass. 02151, Scale as noted, June 1, 1996, Merrimack Engineering Services, Inc., 66 Park Street, An- dover, Massachusetts 01810, consisting of two sheets, and recorded with said Registry of Deeds, Plan 12147, and as shown on the "As Built" Plan, to which is affixed the verified statement of a Registered Land Surveyor in the form required by Section 9 of said Chapter 183A. Said Unit is conveyed subject to and with the benefit of: 1. The provisions of this Unit Deed, the Master Deed, the Condominium Trust and the By- Laws contained therein, and Rules and Regulations from time to time adopted hereunder, the Plans referenced above and Massa- chusetts General Laws Chapter 183A, as the same may be amended from time to time, 2. All easements, agreements, restrictions, and conditions of record, in- sofar as same are now in force and applicable. The Unit is intended only for residential purposes and uses accessory thereto permitted from time to time by the Zoning By -Laws of the Town of Andover Being the same premises conveyed to me by Deed of JAY P. CARR dated March 23, 2001, as recorded with said Registry of Deeds in Book 6073, Page 124. For my title see deed recorded in Book 12221, Page 205 The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, liens, attorneys fees and costs pursuant to M.G.L.Ch.183A, unpaid taxes, tax titles, water bills, mu- nicipal liens and assessments, rights of tenants and parties in possession. TERMS OF SALE: A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms if any, to be announced at the sale. HSBC Bank USA, National Association, as Trustee for the holders of Nomura Home Equity Loan, Inc., Home Equity Loan Trust, Series 2007-1 Present Holder of said Mortgage, By Its Attorneys, Orlans Moran PLLC P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 ET - 9/5, 9/12, 9/19/12 k - 2012 21. FREE KITTENS: 2 Males, 8 weeks old, litter box trained, To good home! Call 978-771-6554 Japanese CHIN PUPPIES, AKC registered great . pedigree, vaccinated, wormed and socialized $850 each 978-363-2332 KITTENS: Free! Ready to go. , Males B females Call 603-362-5075. MALTESE PUPS pure white very friendly. Vet checked, wormed, shots, micro chipped, ready now. $500 8 up. Call 603 435-9344. Mini Daschund short haired female, sweet little girl 12 weeks old, all shots, ready to go. Good family pet $675 (978) 995-7961 MINI POM CHIHUAHUA MIX, two, rare, furry, black/white; 3 Yorkie pom mix. $500 each 978-332-2151 39 IINA OLDE ENGLISH BULLDOGS PUPS I have 5 males ready to go. They come with physical and shoots, papers and more. Parents op site they are healthy and with excellent temperaments. I'm reducing the price to $995, please call 603-765-0117. COMMONWEALTH OF MASSACHUSETTS , THE TRIAL COURT PROBATE AND FAMILY COURT Essex Probate and Family Court 36 Federal Street Salem, MA 01970 (978) 744-1020 Docket No. ES12CO234CA NOTICE OF PETITION FOR CHANGE OF NAME In the Matter of: Amari Spears Of: Lawrence, MA to all persons interested in peti- tion described: A petition has been presented by Stacey King on behalf of Am-. ari Spears requesting that: Amari Spears be allowed to change his name as follows: Amari Dion King IF YOU DESIRE TO OBJECT THERETO, YOU OR YOUR ATTOR- NEY MUST FILE A WRITTEN AP- PEARANCE IN SAID COURT AT: Salem ON OR BEFORE TEN O'CLOCK IN THE MORNING (10:00 AM) ON: 10/01/2012 WITNESS, Hon. Mary Anne Sa- hagian, First Justice of this Court. Date: August 29, 2012 Pamela Casey O'Brien Register of Probate ET - 9/19/12 COMMONWEALTH OF MASSACHUSETTS THE TRIAL COURT PROBATE AND FAMILY COURT Essex Division 36 Federal Street Salem, MA 01970 . (978) 744-1020 Docket No. ES12P2286EA INFORMAL PROBATE PUBLICATION NOTICE Estate of: Joseph G. Poulin Date of Death: July 26, 2012 To all persons interested in the above captioned estate, by Petition of Petitioner Rachel C. Poulin of Methuen MA The estate is being administered under informal procedure by the Personal Representative under the Massachusetts Uniform Probate Code without supervision by the , Court. Inventory and accounts are not required to be filed wfth the Court, but interested parties are en- titled to notice regarding the admin- istration from the Personal Repre- sentative and can petition the Court in any matter relating to the estate, including distribution of assets and expenses of administration. Interest- ed parties are entitled to petition the Court to institute formal proceedings and to obtain orders terminating or restricting the powers of Personal Representatives appointed under in- formal procedure. A copy of the Peti- . tion and Will, ff any, can be obtained - from the Petitioner. ET - 9/19/12 , TOWN OF ANDOVER MASSACHUSETTS ADVERTISEMENT Sealed bids for furnishing the following will be received at the Of- fice of Central Purchasing, Andover Town Offices, 36 Bartlet St., Ando- ver, Massachusetts 01810 until the time specified below at which time the bids will be publicly opened and read. The time received will be stamped on each bid and for a con- sistency of time, the wall clock in the Purchasing Office will be the deter- mining time. ITEM Bid No. 014/09-12/185 Town Office Envelope Repairs, Andover, MA BID OPENING October 4, 2012 11:00 AM Bid Documents and bid forms may be obtained at the Office of Central Purchasing, Andover Town Offices, 36 Bartlet Street, Andover, , MA, starting September 19, 2012. A bid security in the amount of 5% of the total bid will be required. , A Pre -Bid Conference and Site . Visit will be held for all interested parties on September 24, 2012, at 11:00 A.M. at the Front Entrance to , the Town Office Building, 36 Bart - let St., Andover, MA. Andover is an affirmative action/ equal opportunity purchaser. The Town reserves the right to accept or reject, in whole or in part, any or all bids or take whatever, other action may be deemed necessary to be in the best interest of the Town. Thomas P. Watkins Purchasing Agent ET - 9/19/12 TOWN OF ANDOVER MASSACHUSETTS ADVERTISEMENT Sealed bids for furnishing the ' following will be received at the Of- fice of Central Purchasing, Andover Town Offices, 36 Bartlet St., Ando- ver, Massachusetts 01810 until the time specified below at which time the bids will be publicly opened and read. The time received will be stamped on each bid and for a consistency of time, the wall clock ' in the Purchasing Office will be the determining time. ITEM Bid No. 013/09-12/185 Memorial Hall Library Window Repair Project, Andover, MA BID OPENING . October 4, 2012 11:00 AM Bid Documents and bid forms may be obtained at the Office of Central Purchasing, Andover Town Offices, 36 Bartlet Street, Andover, MA, starting September 19, 2012. A bid security in the amount of 5% of the total bid will be required. A Pre -Bid Conference and Site Visit will be held for all interested parties on September 24, 2012 at 10:00 A.M. at the Rear Entrance to the Memorial Hall Library, 2 North Main St., Andover, MA. Andover is an affirmative action/ equal opportunity purchaser. The Town reserves the right to accept or reject, in whole or in part, any or all bids or take whatever, other action may be deemed necessary to be in the best interest of the Town. Thomas P. Watkins Purchasing Agent ET — 9/19/12